Loading...
Agenda 01/12/2016 Item #16C 1 1/12/2016 16.C.1 . EXECUTIVE SUMMARY Recommendation to award Contract #15-6365, "Disaster Debris Management, Removal and Disposal Services"to multiple firms. OBJECTIVE: To secure three firms to provide post-disaster equipment and human resources adequate to assist county staff in the management, removal and disposal of disaster-generated debris in full compliance with Federal Emergency Management Agency(FEMA)rules and regulations to maximize the county's reimbursement from federal and state emergency funds. CONSIDERATIONS: The Solid and Hazardous Waste Management Division, together with the Bureau of Emergency Services, is responsible for the county's debris recovery mission resulting from a disaster, such as a severe weather event. This includes gaining approval for reimbursement of costs related to managing disaster-generated debris. Collier County government plans for, coordinates, and removes debris located in the right-of-ways and residential roadways throughout the county following a natural or man-made disaster. Natural and man-made disasters have the potential of generating massive quantities of debris. Debris generated by storms, such as those in 2004 or 2005, or other disasters could exceed the county's ability to promptly and efficiently remove large quantities of materials blocking critical roadways and access to essential services. Accurate documentation of the quantities and types of debris disposed of is critical to maximize the amount of reimbursement. To meet the county's potential needs for FEMA-approved Disaster Debris Management, Removal and Disposal Services, a Request for Proposals (RFP) was advertised August 31, 2015. Notices were sent to 783 firms with 54 firms requesting full proposal packages. Five responses were received by the due date of September 21, 2015. Staff requests that the Board waive the minor irregularity in the solicitation cover page and remove the following: "FEMA Funded" due to a scrivener's error(Exhibit A). The cover sheet should conform to the intent of the specifications for disaster debris management, removal and disposal services as depicted as depicted on Exhibit B. A selection committee meeting was held October 12, 2015. After review, discussion, and ranking by the selection committee, the following three firms were recommended by consensus for contract negotiations and subsequent award. Primary: AshBritt Inc. d/b/a AshBritt Environmental Secondary: Crowder-Gulf Joint Venture,Inc. Tertiary: Ceres Environmental Services,Inc. The recommended firms will be under an "on call" contract for a five year term with the option to extend the contracts for five additional one year periods. When required,the firms will be tasked for specific assignments by purchase order(s)that will describe in detail the work to be done and the associated compensation. In their proposals, the recommended firms provided unit costs for both equipment and human resources, and identified and delineated their equipment, human resources, and related facilities that will be available to assist the county in the management, removal, and disposal of disaster-generated debris. If required, the recommended firms will also be available 72 hours prior to landfall and/or impact of hurricanes and other predictable natural, technological or homeland security events to position equipment and human resources in strategic locations for rapid pre and post-disaster and emergency response. Packet Page -1099- 1/12/2016 16.C.1 . Reimbursement for the costs associated with utilization of this contract will be sought from state and federal emergency funds in accordance with the most current reimbursement guidelines. As a result, the provisions of the Local Vendor Preference Procurement Ordinance were not an element of the RFP. Regardless, the RFP required the proposers to include the sources of their labor force and recommended the utilization of local firms whenever possible. The firms acknowledged in their proposals they will hire local vendors to assist with the management, removal and disposal of disaster generated debris whenever applicable. FISCAL IMPACT: The financial extent of the impact is dependent on the number and severity of the disastrous events. For example, costs incurred in Hurricane Wilma exceeded $26 million. Events declared as local disasters, state disasters, and disasters by presidential decree are eligible for reimbursement by state and federal emergency funds. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires a majority vote for approval.—SRT GROWTH MANAGEMENT IMPACT: These contracts and the activities anticipated to be tasked under them will have no impact on the Growth Management Plan. RECOMMENDATION: That the Board of County Commissioners awards Contract #15-6365, "Disaster Debris Management, Removal and Disposal Services" to AshBritt, Inc.; Crowder-Gulf Joint Venture, Inc.; and, Ceres Environmental Services, Inc.; and, authorizes the Chairman to execute the attached contracts following final review and approval by the County Attorney's Office. Prepared By: Sue Jim Zimmerman, Sr. Property Acquisition Specialist, Division of Facilities Management Attachments: Attachment 1 Solicitation Attachment 2 Exhibit A and B — 1 5-6365 Coversheet Attachment 3 Final Ranking Attachment 4 Contract—Ashbritt Environmental Attachment 5 —Contract—CrowderGulf Joint Venture, Inc Attachment 6—Contract - Ceres Environmental Services, Inc. Attachment 7 - Supplemental Grant Terms (Due to the size of this document . a web link is provided for viewing at http://www.collieraov.net/ftp/2015BCCMeetinus/AaendaDecOM 5/A dm inServicesiExhibitCSup plementalGrantTerms.pdf. A hard copy is also available at the County Manager's Office.) Packet Page -1100- 1/12/2016 16.C.1 . COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.1. Item Summary: Recommendation to award Contract#15-6365, "Disaster Debris Management, Removal and Disposal Services" to multiple firms. Meeting Date: 1/12/2016 Prepared By Name: ZimmermanSue Title: Property Acquisition Specialist, Senior,Facilities Management 11/5/2015 1:40:04 PM Submitted by Title: Property Acquisition Specialist, Senior,Facilities Management Name: ZimmermanSue 11/5/2015 1:40:05 PM Approved By Name: BrilhartBrenda Title: Procurement Specialist,Procurement Services Date: 11/12/2015 10:37:04 AM Name: MottToni Title: Manager-Property Acquisition & Const M, Facilities Management Date: 11/12/2015 1:03:58 PM Name: LinguidiDennis Title: Division Director-Facilities Mgmt, Facilities Management Date: 11/12/2015 5:17:50 PM Name: JohnsonScott Title: Manager-Procurement,Procurement Services Date: 11/13/2015 11:25:49 AM Name: SummersDan Packet Page -1101- 1/12/2016 16.0.1 . Title: Division Director-Bureau of Emer Svc, Bureau of Emergency Services Date: 11/15/2015 6:41:50 PM Name: MarkiewiczJoanne Title: Division Director-Procurement Services, Procurement Services Date: 12/7/2015 3:56:06 PM Name: RodriguezDan Title: Division Director- Solid Waste, Solid &Hazardous Waste Management Date: 12/14/2015 12:12:42 PM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 12/15/2015 10:43:51 AM Name: Joshua Thomas Title: Grants Support Specialist, Grants Management Office Date: 12/17/2015 9:17:42 AM Name: PriceLen Title: Department Head-Administrative Svc, Administrative Services Department Date: 12/21/2015 5:26:22 PM Name: KlatzkowJeff Title: County Attorney, Date: 12/22/2015 9:22:19 AM Name: IsacksonMark Title: Division Director-Corp Fin &Mgmt Svc, Office of Management&Budget Date: 12/22/2015 1:49:50 PM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 12/27/2015 12:16:09 PM Packet Page -1102- 1/12/2016 16.C.1 . REQUEST FOR PROPOSAL FEMA FUNDED Cofer County Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS RFP 15-6365 Disaster Debris Management, Removal & Disposal Services Brenda Brilhart, Procurement Strategist (239) 252-8446 (Telephone) (239) 252-6697(Fax) BrendaBrilhart@colliergov.net(Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. i r Sri, Prcarernert Sev r :sm•3327.araami Trai Eas.•Napes.F,anda 34:12-4401•239-2 --4O7.wr,..a, rgov.net o.,u..emenisen,e<. Packet Page -1103- 1/12/2016 16.0.1 . Table of Contents LEGAL NOTICE 3 EXHIBIT I:SCOPE OF WORK,SPECIFICATIONS AND RESPONSE FORMAT 4 EXHIBIT II:GENERAL RFP INSTRUCTIONS 13 EXHIBIT III:COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 16 EXHIBIT IV:ADDITIONAL TERMS AND CONDITIONS FOR RFP 19 ATTACHMENT 1:VENDOR'S NON-RESPONSE STATEMENT 26 ATTACHMENT 2:VENDOR CHECK LIST 27 ATTACHMENT 3:CONFLICT OF INTEREST AFFIDAVIT 28 ATTACHMENT 4:VENDOR DECLARATION STATEMENT 29 ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION 31 ATTACHMENT 6:VENDOR SUBSTITUTE W—9 32 ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS 33 ATTACHMENT 8: REFERENCE QUESTIONNAIRE 35 EXHIBIT A—Contractor Compliance Requirements EXHIBIT B—Code of Federal Regulations EXHIBIT C—Required Contract Provisions EXHIBIT D—Debris Management Plan EXHIBIT E—Staging Sites EXHIBIT F—Grant Provisions and Related Forms(To be submitted with proposal) 2 Packet Page -1104- 1/12/2016 16.C.1 . Cofer County Administrative Services Department Procurement Services Dritsion Legal Notice Sealed Proposals to provide Disaster Debris Management, Removal & Disposal Services will be received until 3:00 PM Naples local time, on September 21, 2015 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. RFP 15-6365 Disaster Debris Management, Removal & Disposal Services Services to be provided may include, but not be limited to the following: to provide disaster-related debris management services for the collection, processing, and environmentally approved disposal of debris, hazardous material and/or other obstacles resulting from natural or man-made disasters. A pre-proposal conference will not be held for this solicitation. All statements shall be made upon the official proposal form which may be obtained on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: /S/ Joanne Markiewicz Director, Procurement Services This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net/purchasing and in the Lobby of Purchasing Building "G", Collier County Government Center on August 31, 2015. C y Rsureirut'Worcs.De menu•3227-amam;"tar East•hacics erise,111;-4''I.�.s col 19,n 7?.isRrsrle 3 Packet Page -1105- 1/12/2016 16.C.1 . Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Administrative Services Department (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Proposal (hereinafter, "RFP") with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Purchasing Policy. BACKGROUND Situated on the Southwest Coast of Florida, Collier County is highly vulnerable to: • Natural disasters, such as severe rain and wind storms, hurricanes, tornadoes, flooding and forest (brush) fires; and, • Manmade disasters, such as oil spills, hazardous material spills or releases, multi vehicular accidents resulting from fog or severe rainstorm conditions, etc. Disasters most often produce substantial volumes of debris, creating hazardous conditions to the public health, welfare and safety, which result in disruption of the essential physical and economic life of the community. These disruptions are caused by: • Obstructed roadways; • Environmental offenses resulting from hazardous material spills or releases, the resulting contaminations of soils, ground and surface waterways and potential sources for air pollution; • Obstacles to safe passage of essential pedestrian and vehicular traffic. It is mandatory that there be an early, safe and quick response to restoring environmentally safe and economically viable conditions to the disaster affected areas. This objective has the highest priority in the County's planning and its ability to deal with all damage. Disasters will result in large expenditures of manpower, equipment and related materials and supplies, at substantial cost to the County. It is imperative that the County be prepared to provide all necessary disaster recovery services and have the means to recover all eligible costs from State and Federal Agencies that have funds to assist local governments to cope with all natural and manmade disasters. DETAILED SCOPE OF WORK Collier County seeks to establish contractual arrangements with three (3) qualified Disaster Debris Removal Firm(s), to provide disaster-related debris management services for the collection, processing, and environmentally approved disposal of debris, hazardous material and/or other obstacles resulting from natural or man-made disasters, in full compliance with regulatory agency requirements and consistent with the most current Federal Emergency Management Agency (FEMA) requirements for cost reimbursement for debris collection, management, removal and disposal, or if 4 Packet Page -1106- 1/12/2016 16.C.1 . applicable, the most current Federal Highway Administration requirements for costs reimbursement for debris collection, management, removal and disposal. The contractor is to comply for a project that could be funded by FEMA public assistance funding authorized in the Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, 42 U.S.C.§ 5121-5207 (Stafford Act); in accordance with 44 CFR §206.44; and applicable policies of the Federal Emergency Management Agency, all as amended and updated from time to time. Specific sections are noted in Exhibit "A". The contractor is required to follow the Code of Federal Regulations, Title ff, Section 13.36 as it relates to procurement, as amended and updated from time to time, Exhibit "B". The contractor is to follow FHWA Form 1273, Standard Federal-aid Provisions, Exhibit "C", below are six provisions required for compliance. [Refer to http://www.fhwa.dot.gov/programadmin/contracts/.] 1. FHWA Form 1273, titled Standard Federal-aid Provisions, must be physically incorporated (not referenced) into all prime and subcontractor contracts. 2. Davis Bacon Wages Act, if applicable. 3. Buy America 4. Disadvantaged Business Enterprises (DBE) 5. Americans with Disability Act (ADA) 6. Convict Labor Prohibition The recovery process must be immediate, rapid, efficient, and with acceptable cost controls and accountability procedures in place to assure that the County will have the means to be reimbursed for all eligible disaster recovery costs from appropriate Federal and State Agencies. Work assignments shall be made by requesting a proposal from one or more Firms and the issuance of a Purchase Order for the assigned task. The County reserves the right to assign all or portions of the County to one or more Firms. The selected debris removal Firm's response to the recovery process must be immediate (within 24 hours of "Notice to Proceed), rapid, efficient, with acceptable cost controls, - accountability procedures, with written reports and submittals in place, to assure that the County will have the means to be reimbursed for all eligible disaster recovery costs from appropriate Federal and State Agencies. The selected Firm(s) must be prepared to carry out the assigned tasks in compliance with the applicable provisions of Collier County's Solid & Hazardous Waste Management Department Disaster Debris Management Plan, as annually reviewed and amended from time to time (the "Plan"), attached hereto as Exhibit "D". The selected Firm(s) must be prepared to carry out the assigned tasks in compliance with the applicable provisions of Collier County's "Phase 1 (Rapid Response) and Phase II (Debris Removal, Reduction and Disposal) of the County's Disaster Debris Management Plan." The purchase orders to the selected Firm(s) may include, but not be limited to, debris removal activities pursuant to Local, State, and Federal Rules and regulations and County's requirements, assistance and input to the updates to the above mentioned plans as needed, as well as new purchase orders for modeling, hazardous waste removal and remediation, advance forecast and readiness plan/planning and debris management training as may be requested by the County. Emergency Management Requirements (included in the DETAILED SCOPE OF WORK) 1. The selected Firm(s) shall be allowed to subcontract project debris removal; such removal shall 5 Packet Page -1107- 1/12/2016 16.C.1 . include detailed web based cost and load tracking suitable for a comprehensive audit of debris removal. Collier County may, at its discretion, limit the number of subcontract Firms working under the prime or sub-prime contractor at its sole discretion to ensure safety and quality of work provided. Proposer(s) shall include the sources of their Labor Force; the County recommends the utilization of local firms whenever possible. A copy of the current registered vendor listing is available through the County's Procurement Services Division. 2. If the selected Firm(s) for debris removal elects to provide a web based load tracking and field project monitoring system, or a paperless tracking system similar to the requirements of the US Army Corps of Engineers now specified in their Advanced Contracting Initiative-Disaster Debris Management, then the selected Firm(s) will work in conjunction with the County's FEMA Acceptable Monitoring Firms during each event to ensure consistency and full compliance with the most current FEMA guidelines. A detailed project-monitoring proposal shall also be included. Debris removal shall be done in compliance with the most current FEMA guidelines and any and all other applicable guidelines. Those removal efforts shall include, but not be limited to: (a) Provide assistance in updating the County's Disaster Debris Management Plan, Exhibit «D„ (b) Provide training of selected County staff in essential debris management, monitoring, and collection functions to ensure appropriate and responsive interface with field debris collection contractors and County, State and Federal Agencies. (c) Provide field inspectors at designated checkpoints to check and verify information on debris removal and at the Debris Management Sites (DMS) located or developed throughout Collier County or the region if necessary as approved by the County. Staging sites are listed in Exhibit "E". (d) Provide technical and permitting assistance associated with the need to locate additional DMS when requested by Collier County. (e) Coordinate with the County's Monitoring contractor(s) with scheduling, dispatching and logistical operations of the field inspectors assigned to work areas of storm debris clean up. This work will include, but not be limited to working in conjunction with the County's FEMA Acceptable Monitoring Firm(s) to: • Ensure tickets are written for all eligible debris and are responsible for ineligible debris. • Acquire, hire, train, deploy and supervise properly equipped facilities and safety operations. • Establish the schedule for safety inspectors for each day. • Keep records of contract hauler's trucks, to include cubic yardage, or loaded weight, time in and time out, number of loads per day and other data as requested by designated County staff. • Coordinate with the Debris Monitoring contractor to determine vehicle certification, vehicle assignments, and provide the necessary vehicle decals or placards for ease of identification and tracking. • Coordinate with County personnel to respond to problems in the field, to include residential or commercial property damage claims and to include photographs of property damage that occurs in the process of debris removal. Contractors(s) shall establish a telephone claim reporting system with a local or toll free phone number and provide staff for the professional management of receiving phone complaints and damage claims. The contractor shall investigate and assist in documentation of claims if requested by the County. 6 Packet Page -1108- 1/12/2016 16.C.1 . • Conduct end of day duties, such as verify all trucks have left the disposal site, address daily safety reports and corrective action recommendations, and lock down of the facility and provide adequate security. • Coordinate the survey with the Monitors and/or the County (but not without the Monitors) the affected areas for special situations to include but not be limited to drainage, canals and navigatable waters, or surfacing needs, to include but not be limited to, identifying tree stumps and the management of root balls and associated cavities, hazardous trees, C&D debris, or other potentially hazardous situations. The contractor must keep a list of these locations, track and coordinate the appropriate dispatch of equipment and make frequent reports to the County on any post event remedial action. • Record on a map the streets where debris was collected and provide an accounting of any remaining, ineligible piles as well as those streets that have been completed. • Perform other duties as directed by the designated County personnel. (f) The Firm(s) will collect baseline data, per Local, State, and Federal requirements, from the designated emergency debris management sites prior to opening of these sites. (g) The Firm(s) will have the ability to provide separate documentation for Federal Highway Administration Roads eligible for debris collection within the County, if required. (h) The Firm(s) must have an understanding, and be able to assist and guide the County, through compliance with any and all government initiatives, such as the Moving Ahead for Progress Initiative in the 21St Century (MAP21) and how those initiatives may affect the Disaster Debris Management, Removal & Disposal Services Contract. (i) The Firm(s) will assist the County in obtaining necessary Local, State, and Federal permits for the designated emergency debris management sites prior to current hurricane season. (j) The Firm(s) will conduct ongoing environmental data collection per Local, State and Federal requirements for the designated disaster debris management sites. (k) The Firm(s) will be responsible for technical, clerical, and information technology assistance to the County in completing any and all forms necessary for reimbursement from State or Federal agencies, including the Federal Emergency Management Agency Department of Homeland Security, the State of Florida, Florida Department of Environmental Protection (FDEP), and the Federal Highway Administration or the Department of Housing and Urban Development (HUD) relating to eligible costs arising out of the disaster recovery effort. (I) This may include, but is not limited to, the timely completion and submittal of reimbursement requests, preparation and submittal of any and all necessary cost substantiations and preparation of replies to any and all agency requests, inquiries or potential denials. (m) The Firm(s) will coordinate inspections with FDEP for approved site prior to hurricane season. (n) The Firm(s) will employ or maintain on the work site(s) a qualified accessible supervisor(s) or liaison officer as directed. At least one (1) accessible and designated supervisor in the area of operation and the liaison officer shall have full authority to act on behalf of the Firm(s) and its subcontractors and all communications given to the supervisor or liaison Packet Page-1109- 1/12/2016 16.C.1 . officer in writing by the County's authorized representative shall be as binding as if given to the Firm(s). (o) The Firm(s) will be experts on the most current FEMA guidelines. (p) The Firm(s) will verify final disposition of material is consistent with State-FDEP and Federal, EPA requirements. (q) The Firm(s) will ensure compliance with the guidance from the Public Utilities Division staff, which continually focuses on a timely, unencumbered and accurate basis for all debris removal. This process also incorporates monitoring, detailed documentation, and responding in a timely manner to changing funding eligibility associated with the most current FEMA-guidelines. (r) The Firm(s) will provide final close-out audit support. (s) The Firm(s) will be responsible for establishing a truck certification program including a location procedure and verification of the most current FEMA truck certification methods. (t) The Firm(s) will be responsible for ensuring that all load tickets contain the appropriate information (i.e. truck certification number, street address/intersection, monitor vendor/contract). (u) The Firm(s) will assist County staff in conducting an annual tabletop exercise(s) to determine the adequacy of the debris removal plan and debris management process. (v) The Firm(s) will provide the County with reports including, but not limited to, Daily Situational Reports, Damage Reports, Daily Work Order Reports, and Ineligible Pile Reports. Collier County is also requesting the Firm(s) to include the following items in their proposal: (a) The Firm(s) will reserve equipment and have subcontractors available to provide for clean up services associated with beach over-wash and the management of associated sand, sand screening, cleaning, storage and possible emergency reapplication to the beach or other permitted emergency efforts or approved mid-term or long-term restoration for land based operations only. (b) The Firm(s) will reserve equipment and have subcontractors available in the event the County is required to conduct emergency earthmoving associated with County canals and weirs. (c) The Firm(s) will submit a comprehensive listing of equipment and services to be made available. (Please note that additional equipment can be added upon the request of the Contract Manager should specialized equipment be needed.) (d) The Firm(s) will reserve manpower, equipment and disposable supplies associated with emergent health, safety, human services, and evacuation shelter operation in the event those services are required. Communications and Customer Service Coordination 1. The Firm(s) shall develop a Communications and Customer Service Coordination Plan 8 Packet Page -1110- 1/12/2016 16.C.1 . for the County's approval, including a telephone and/or email claim reporting system as referenced in Emergency Management Requirements section (e). 2. The Firm(s) shall develop a Public Information and Coordination Plan for the County's approval. 3. The Firm(s) will provide a Health and Safety Plan. 4. The Firm(s) will provide a plan to manage and execute the County's debris management sites to track debris collection progress. Contractual Services Based on the County's needs, the selected Firm(s) will be requested to provide proposals to carry out specific monitoring activities/tasks related to solid and hazardous waste, debris management, removal, reduction, disposal, turn-key environmental restoration and remediation, associated with natural and manmade disaster events. The selected Firm(s) shall identify locations available to them for disposal of debris, in the event that the County cannot provide facilities for disposal. The County also reserves the right to request proposals from the selected Firm(s) to carry out specific material management, removal and disposal resulting from other than disastrous events. The selected Firm(s) may also be tasked to review the County's existing Comprehensive Emergency Management Plan, the Hazard Mitigation Plan and their various Phases. Reimbursement for Tasks will be based on terms agreed to prior to the assignment of a specific task. The County may order changes in the service consisting of additions, deletions or other revisions to the Scope of Services for debris management. No claims may be made by the Debris Removal company to change the amount of compensation, or other adjustments to, the Agreement, unless such changes or adjustments have been approved by the County and incorporated herein by written amendment to this Agreement. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for five (5) years with an additional five (5) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made on the contract anniversary date, in writing, to the Procurement Services Division Director. Price adjustments are dependent upon budget availability and Program Manager approval. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. PROJECTED SOLICITATION TIMETABLE The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. Event Date Issue Solicitation Notice 8/31/2015 • Last Date for Receipt of Written Questions 5:00 PM 5/14/2015 Addendum Issued By 9/16/2015 Solicitation Deadline Date and Time 3:00 PM 9/21/15 Anticipated Evaluation of Submittals Week of 9/21/15 9 Packet Page -1111- 1/12/2016 16.C.1 . Anticipated Completion of Contract Negotiations By 10/5/15 Anticipated Board of County Commissioner's Contract Approval By 10/27/15 RESPONSE FORMAT The Vendor understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Vendor further agrees that if it is awarded a contract, the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non-responsive. Proposals should be prepared simply and economically, providing a straightforward concise description of the Vendor's approach and ability to meet the County's needs, as stated in this RFP. All proposals should be presented as described in this RFP in PDF or Microsoft Word format with Tabs clearly marked. If outlined in this RFP, the utilization of recycled paper for proposal submission is strongly encouraged. The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. Tab I: Cover Letter/ Management Summary: Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. List all proposed subcontractors who will participate on the team. Tab II: Firm's Credentials (Maximum Points 10): Proposer(s) shall include a description of the proposer's business history and number of years in operation. Proposer shall include number of employees, when firm was established, principals of firm, and any other related information. Tab Ill: Expertise of Designated Staff (Maximum Points 25): Describe the qualifications and experience of personnel that will provide these services including demonstrated knowledge and understanding of the types of services to be performed; previous experience in similar or related work, and local codes, laws and regulations governing the work. Include resumes of key staff and an organizational chart. Describe any specific experience working on FEMA related projects. Proposer(s) shall include the sources of their Labor Force; the County recommends the utilization of local firms whenever possible. Tab IV: Past Performance (Maximum 20 Points): Proposer(s) shall provide any information that documents successful and reliable experience in past performance, especially those performances related to the requirements of this Request for Proposal. Related experience shall be restricted to those assignments undertaken within the last five (5) years. List Current Projects in the Format Identified Below: include all other obligations and contracts currently held in the State of Florida 10 Packet Page -1112- 1/12/2016 16.C.1 . Original Final Number of Project Description Start Date End Date Project Change Budget Cost Orders Tab V: Managerial Capabilities (Maximum 20 Points): Show evidence of the firm's ability to manage tasks simultaneously and expeditiously; approach to problem/task resolution; and teamwork. Management includes but not limited to the timeliness of mobilization, the quality and quantity of equipment, and screening and qualification of subcontractors and local service providers. Include resume of regional supervisor or liaison office. The Proposer(s) shall provide a listing of other obligations and contracts currently held in the State of Florida. Tab VI: Services to be Provided (Maximum 5 Points): The Proposer(s) shall provide a detailed list of all services that the firm is able to provide and explain how these services will be accomplished. Please include a guaranteed response time in this portion of the submittal. Tab VII: Price Proposal (Maximum 10 Points): The Proposer(s) shall provide a complete price proposal for all services to be provided, including a line item for the pre-hurricane season table top exercise. Please include all hourly rate charges for heavy equipment, vehicles and personnel. In this section of the required submittals, the proposer shall include details about the firm's invoicing process. Tab VIII: References (Maximum 10 Points): Proposer(s) shall include a list of a minimum of three (3) references, for similar projects only, who can attest to the firm's knowledge, quality of work, timeliness, diligence, and flexibility. Include names, contact persons, phone numbers and an email address for all references. In order for the vendor to be awarded any points for this tab, the County requests that the vendor submits five (5) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. The County will only use the methodology calculations for the first five (5) references (only) submitted by the vendor in their proposal. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided in this area: • The County shall total each of the vendor's five reference questionnaires and create a ranking from highest number of points to lowest number of points. References marked with an N/A (or similar notation will be given the score of zero (0)). Vendors who do not turn in reference forms will be counted as zero (0). • The greatest number of points allowed in this criterion will be awarded to the vendor who has the highest score. • The next highest vendor's number of points will be divided by the highest vendor's points which will then be multiplied by criteria points to determine the vendor's points awarded. Each subsequent vendor's point score will be calculated in the same manner. • Points awarded will be extended to the whole number per Microsoft Excel. For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. Note: Sample chart reflects a 10 point reference. Vendor Total Reference Vendor Name Points Awarded Score Vendor ABC 445 10 Vendor DEF 425 8.7 Vendor GHI 388 8.0 Packet Page -1113- 1/12/2016 16.C.1 . The points awarded by vendor will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the vendor's proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per vendor. The Selection Committee may, at their sole discretion, contact references, and/or modify the reference points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. Tab IX: Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in this RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Vendor may result in evaluation point deduction(s) and/or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. Tab X: Required Submittals • Attachment 1: Vendor Check List • Attachment 2: Vendor's Non-Response Statement • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Vendor Declaration Statement • Attachment 5: Immigration Affidavit Certification • Attachment ?: Vendor Substitute W-9 • Attachment 6: Insurance and Bonding Requirements • Attachment 7: Reference Questionnaire • Other: Licenses, Certificates, Etc. • Include the Past 3 Years of Claim Litigation History and Status. • Grant Forms (SEE EXHIBIT F) 12 Packet Page -1114- 1/12/2016 16.C.1 . Exhibit II: General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Pre-Proposal Conference The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding this RFP with all prospective Vendors having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of this RFP as an addendum. All prospective Vendors are strongly encouraged to attend, as, this will usually be the only pre- proposal conference for this solicitation. If this pre-proposal conference is denoted as "mandatory", prospective Vendors must be present in order to submit a proposal response. 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Vendor if the Vendor discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Purchasing Department. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Vendor in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 6. Delivery of Proposals All proposals are to be delivered before 3:00 PM, Naples local time, on or before September 21, 2015 to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Brenda Brilhart, Procurement Strategist 13 Packet Page -1115- 1/12/2016 16.0.1 . The County does not bear the responsibility for proposals delivered to the Purchasing Department past the stated date and/or time indicated, or to an incorrect address by Consultant's personnel or by the Consultant's outside carrier. However, the Procurement Director, or designee, reserves the right to accept proposals received after the posted close time under the following conditions: • The tardy submission of the proposal is due to the following circumstances, which may include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline. • The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. Vendors must submit one (1) paper copy and one disk (CD's/DVD's) with one copy of the entire proposal on each disk in Word. Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Vendor makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Purchasing Policy. The County may, as it deems necessary, conduct discussions with qualified Vendors determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 9. Evaluation of Proposals The County's procedure for selecting is as follows: 1. The County Manager or designee shall appoint a Selection Committee to review all proposals submitted. 2. Request for Proposals issued. 3. Subsequent to the closing of proposals, the Procurement Strategist will review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. 4. Meetings will be open to the public and the Procurement Strategist shall publicly post prior notice of such meeting in the lobby of the Purchasing Building. 5. The committee members will review each Proposal individually and score each proposal based on the evaluation criteria stated herein. 6. Prior to the first meeting of the selection committee, the Procurement Strategist will post a notice announcing the date, time and place of the first committee meeting. Said notice shall be posted in the lobby of the Purchasing Building not less than three (3) working days prior to the meeting. The Procurement Strategist will also post prior notice of all subsequent committee meetings and shall endeavor to post such notices at least one (1) day in advance of all subsequent meetings. 7. The committee will compile individual rankings, based on the evaluation criteria as stated herein, for each proposal to determine committee recommendations. The committee may at 14 Packet Page -1116- 1/12/2016 16.C.1 . their discretion, schedule presentations or demonstrations from the top-ranked firm(s), make site visits, and obtain guidance from third party subject matter experts. The final recommendation will be decided based on review of scores and consensus of committee. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, and/or amendments as it may deem appropriate. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Vendor nor obligates the County in any manner. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances shall not be considered. 10. References The County reserves the right to contact any and all references pertaining to this solicitation and related proposal. 11. Proposal Selection Committee and Evaluation Factors The County Manager shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Tab II, Firms Credentials 10 Tab III, Expertise of Staff 25 Tab IV, Past Performance 20 Tab V, Managerial Capabilities 20 Tab VI, Services to be Provided 5 Tab VII, Price Proposal 10 Tab VIII, References 10 TOTAL 100 Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the vendor (as obtained from the County's financial system) within the last five (5) years will receive the higher individual ranking. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 12. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re-solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and the County of Collier. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Vendor, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Vendor or to re-advertise using the same or revised documentation, at its sole discretion. 15 Packet Page -1117- 1/12/2016 16.C.1 . Exhibit Ill: Collier County Purchase Order Terms and Conditions 1. Offer actual receipt of the goods by the COUNTY This offer is subject to cancellation by the nonetheless remain with VENDOR. COUNTY without notice if not accepted by b) No charges will be paid by the COUNTY for VENDOR within fourteen (14) days of issuance. packing, crating or cartage unless otherwise specifically stated in this 2. Acceptance and Confirmation Purchase Order. Unless otherwise This Purchase Order (including all provided in Purchase Order, no invoices documents attached to or referenced shall be issued nor payments made prior to therein) constitutes the entire agreement delivery. Unless freight and other charges between the parties, unless otherwise are itemized, any discount will be taken on specifically noted by the COUNTY on the face the full amount of invoice. of this Purchase Order. Each delivery of goods c) All shipments of goods scheduled on the and/or services received by the COUNTY from same day via the same route must be VENDOR shall be deemed to be upon the consolidated. Each shipping container terms and conditions contained in this must be consecutively numbered and Purchase Order. marked to show this Purchase Order number. The container and Purchase No additional terms may be added and Order numbers must be indicated on bill of Purchase Order may not be changed except by lading. Packing slips must show Purchase written instrument executed by the COUNTY. Order number and must be included on VENDOR is deemed to be on notice that the each package of less than container load COUNTY objects to any additional or different (LCL) shipments and/or with each car load terms and conditions contained in any of equipment. The COUNTY reserves the acknowledgment, invoice or other right to refuse or return any shipment or communication from VENDOR, notwithstanding equipment at VENDOR'S expense that is the COUNTY'S acceptance or payment for any not marked with Purchase Order numbers. delivery of goods and/or services, or any similar VENDOR agrees to declare to the carrier act by VENDOR, the value of any shipment made under this Purchase Order and the full invoice value 3. Inspection of such shipment. All goods and/or services delivered hereunder d) All invoices must contain the Purchase shall be received subject to the COUNTY'S Order number and any other specific inspection and approval and payment therefore information as identified on the Purchase shall not constitute acceptance. All payments Order. Discounts of prompt payment will are subject to adjustment for shortage or be computed from the date of receipt of rejection. All defective or nonconforming goods goods or from date of receipt of invoices, will be returned pursuant to VENDOR'S whichever is later. Payment will be made instruction at VENDOR'S expense. upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., To the extent that a purchase order requires a otherwise known as the "Local Government series of performances by VENDOR, the Prompt Payment Act," and, pursuant to the COUNTY prospectively reserves the right to Board of County Commissioners cancel the entire remainder of the Purchase Purchasing Policy. Order if goods and/or services provided early in the term of the Purchase Order are 5. Time Is Of the Essence non-conforming or otherwise rejected by the Time for delivery of goods or performance of COUNTY. services under this Purchase Order is of the 4. Shipping and Invoices essence. Failure of VENDOR to meet delivery a) All goods are FOB destination and must be schedules or deliver within a reasonable time, suitably packed and prepared to secure the as interpreted by the COUNTY in its sole lowest transportation rates and to comply judgment, shall entitle the COUNTY to seek all with all carrier regulations. Risk of loss of remedies available to it at law or in equity. any goods sold hereunder shall transfer to VENDOR agrees to reimburse the COUNTY for the COUNTY at the time and place of any expenses incurred in enforcing its rights. delivery; provided that risk of loss prior to VENDOR further agrees that undiscovered 16 Packet Page -1118- 1/12/2016 16.C.1 . delivery of nonconforming goods and/or VENDOR shall indemnify and hold harmless services is not a waiver of the COUNTY'S right the COUNTY from any and all claims, including to insist upon further compliance with all claims of negligence, costs and expenses, specifications. including but not limited to attorneys' fees, arising from, caused by or related to the injury 6. Changes or death of any person (including but not limited The COUNTY may at any time and by written to employees and agents of VENDOR in the notice make changes to drawings and performance of their duties or otherwise), or specifications, shipping instructions, quantities damage to property (including property of the and delivery schedules within the general COUNTY or other persons), which arise out of scope of this Purchase Order. Should any or are incident to the goods and/or services to such change increase or decrease the cost of, be provided hereunder. or the time required for performance of the Purchase Order, an equitable adjustment in the 11. Warranty of Non-Infringement price and/or delivery schedule will be VENDOR represents and warrants that all negotiated by the COUNTY and VENDOR. goods sold or services performed under this Notwithstanding the foregoing, VENDOR has Purchase Order are: a) in compliance with an affirmative obligation to give notice if the applicable laws; b) do not infringe any patent, changes will decrease costs. Any claims for trademark, copyright or trade secret; and c) do adjustment by VENDOR must be made within not constitute unfair competition. thirty (30) days from the date the change is ordered or within such additional period of time VENDOR shall indemnify and hold harmless as may be agreed upon by the parties. the COUNTY from and against any and all claims, including claims of negligence, costs 7. Warranties and expense, including but not limited to VENDOR expressly warrants that the goods attorneys' fees, which arise from any claim, suit and/or services covered by this Purchase Order or proceeding alleging that the COUNTY'S use will conform to the specifications, drawings, of the goods and/or services provided under samples or other descriptions furnished or this Purchase Order are inconsistent with specified by the COUNTY, and will be of VENDOR'S representations and warranties in satisfactory material and quality production, section 11 (a). free from defects and sufficient for the purpose intended. Goods shall be delivered free from If any claim which arises from VENDOR'S any security interest or other lien, encumbrance breach of section 11 (a) has occurred, or is or claim of any third party. These warranties likely to occur, VENDOR may, at the shall survive inspection, acceptance, passage COUNTY'S option, procure for the COUNTY of title and payment by the COUNTY. the right to continue using the goods or services, or replace or modify the goods or 8. Statutory Conformity services so that they become non-infringing, Goods and services provided pursuant to this (without any material degradation in Purchase Order, and their production and performance, quality, functionality or additional transportation shall conform to all applicable cost to the COUNTY). laws, including but not limited to the Occupational Health and Safety Act, the 12. Insurance Requirements Federal Transportation Act and the Fair Labor The VENDOR, at its sole expense, shall Standards Act, as well as any law or regulation provide commercial insurance of such type and noted on the face of the Purchase Order. with such terms and limits as may be reasonably associated with the Purchase 9. Advertising Order. Providing and maintaining adequate No VENDOR providing goods and services to insurance coverage is a material obligation of the COUNTY shall advertise the fact that it has the VENDOR. All insurance policies shall be contracted with the COUNTY for goods and/or executed through insurers authorized or eligible services, or appropriate or make use of the to write policies in the State of Florida. COUNTY'S name or other identifying marks or property without the prior written consent of the 13. Compliance with Laws COUNTY'S Purchasing Department. In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all 10. Indemnification federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of 17 Packet Page -1119- 1/12/2016 16.C.1 . its business. By way of non-exhaustive example, this shall include the American with 18. Termination Disabilities Act and all prohibitions against This Purchase Order may be terminated at any discrimination on the basis of race, religion, sex time by the COUNTY upon 30 days prior creed, national origin, handicap, marital status, written notice to the VENDOR. This Purchase or veterans' status. Further, VENDOR Order may be terminated immediately by the acknowledges and without exception or COUNTY for breach by VENDOR of the terms stipulation shall be fully responsible for and conditions of this Purchase Order, provided complying with the provisions of the that COUNTY has provided VENDOR with Immigration Reform and Control Act of 1986 as notice of such breach and VENDOR has failed located at 8 U.S.C. 1324, et seq. and to cure within 10 days of receipt of such notice. regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to 19. General comply with the laws referenced herein shall a) This Purchase Order shall be governed by constitute a breach of the award agreement the laws of the State of Florida. The venue and the County shall have the discretion to for any action brought to specifically unilaterally terminate said agreement enforce any of the terms and conditions of immediately. Any breach of this provision may this Purchase Order shall be the Twentieth be regarded by the COUNTY as a material and Judicial Circuit in and for Collier County, substantial breach of the contract arising from Florida this Purchase Order. b) Failure of the COUNTY to act immediately in response to a breach of this Purchase 14. Force Majeure Order by VENDOR shall not constitute a Neither the COUNTY nor VENDOR shall be waiver of breach. Waiver of the COUNTY responsible for any delay or failure in by any default by VENDOR hereunder shall performance resulting from any cause beyond not be deemed a waiver of any subsequent their control, including, but without limitation to default by VENDOR. war, strikes, civil disturbances and acts of c) All notices under this Purchase Order shall nature. When VENDOR has knowledge of any be sent to the respective addresses on the actual or potential force majeure or other face page by certified mail, return receipt conditions which will delay or threatens to delay requested, by overnight courier service, or timely performance of this Purchase Order, by personal delivery and will be deemed VENDOR shall immediately give notice thereof, effective upon receipt. Postage, delivery including all relevant information with respects and other charges shall be paid by the to what steps VENDOR is taking to complete sender. A party may change its address for delivery of the goods and/or services to the notice by written notice complying with the COUNTY. requirements of this section. d) The Vendor agrees to reimbursement of 15. Assignment any travel expenses that may be VENDOR may not assign this Purchase Order, associated with this Purchase Order in nor any money due or to become due without accordance with Florida Statute Chapter the prior written consent of the COUNTY. Any 112.061, Per Diem and Travel Expenses assignment made without such consent shall for Public Officers, employees and be deemed void. authorized persons. e) In the event of any conflict between or 16. Taxes among the terms of any Contract Goods and services procured subject to this Documents related to this Purchase Order, Purchase Order are exempt from Florida sales the terms of the Contract Documents shall and use tax on real property, transient rental take precedence over the terms of the property rented, tangible personal purchased or Purchase Order. To the extent any terms rented, or services purchased (Florida Statutes, and /or conditions of this Purchase Order Chapter 212), and from federal excise tax. duplicate or overlap the Terms and Conditions of the Contract Documents, the 17. Annual Appropriations provisions of the Terms and/or Conditions The COUNTY'S performance and obligation to that are most favorable to the County pay under this Purchase Order shall be and/or provide the greatest protection to contingent upon an annual appropriation of the County shall govern. funds. 18 Packet Page -1120- 1/12/2016 16.C.1 . Exhibit IV: Additional Terms and Conditions for RFP 1. Insurance Requirements The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in the Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 19 Packet Page -1121- 1/12/2016 16.C.1 . Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 3. Additional Items and/or Services Additional items and / or services may be added to the resultant contract, or purchase order, in compliance with the Purchasing Policy. 4. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the Vendor's facilities/project site during and after each work assignment the Vendor is performing. 5. Vendor Performance Evaluation The County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 6. Additional Terms and Conditions of Contract Collier County has developed standard contracts/agreements, approved by the Board of County Commissioners (BCC). The selected Vendor shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Vendor. The County's project manager, shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 7. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: 20 Packet Page -1122- 1/12/2016 16.C.1 . • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk(c�collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional —payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 21 Packet Page -1123- 1/12/2016 16.C.1 . 8. Environmental Health and Safety All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor's work operations. This provision is non-negotiable by any department and/or Vendor. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 9. Licenses The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Vendor to submit the required documentation may be grounds to deem Vendor non-responsive. A Vendor, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County. If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252-2477. 10. Principals/Collusion By submission of this Proposal the undersigned, as Vendor, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 11. Relation of County It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 22 Packet Page -1124- 1/12/2016 16.C.1 . 12. Termination Should the Vendor be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. 13. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 14. Public Records Compliance The Contractor agrees to comply with the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2) (a)-(d) and (3)), ordinances, codes, rules, regulations and requirements of any governmental agencies. 15. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.orq/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 16. Single Proposal Each Vendor must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub- consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub- consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non-responsive and rejected from further consideration. In addition, consultants that have participated and/or will participate in the development of scope, background information or oversight functions on this project are precluded from submitting a Proposal as either a prime or sub- consultant. 17. Survivability The Contractor agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation RFP 15-6365 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 23 Packet Page -1125- 1/12/2016 16.C.1 . 18. Protest Procedures Any prospective proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County's then current purchasing ordinance and policies. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. 19. Public Entity Crime A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 20. Security and Background Checks If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 21. Conflict of Interest Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 22. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. 24 Packet Page -1126- 1/12/2016 16.C.1 . immediate termination of any contract held by the individual and/or firm for cause. 23. Immigration Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet- based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Vendor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 25 Packet Page -1127- 1/12/2016 16.C.1 . Coer County — Administrative Services Department Procurement Services Division Attachment 1: Vendor's Non-Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to Solicitation RFP 15-6365 Disaster Debris Management, Removal & Disposal Services for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. I� Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. n Insufficient time allowed for preparation of response. Incorrect address used. Please correct mailing address: I Other reason(s): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date 26 Packet Page -1128- 1/12/2016 16.C.1 . Co en Go-c .ty Administrative Services Department Procurement Services Division Attachment 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: • The Proposal has been signed. 7 All applicable forms have been signed and included, along with licenses to complete the requirements of the project. 7 Any addenda have been signed and included. E The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Brenda Brilhart, Procurement Strategist n The mailing envelope must be sealed and marked with Solicitation RFP15-6365 Disaster Debris Management, Removal & Disposal Services 7 The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) 7 If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded. ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date 27 Packet Page -1129- 1/12/2016 16.C.1 . Go ler Gouvcty Administrative Services Department Procurement Services Division Attachment 3: Conflict of Interest Affidavit By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, officers and/or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and/or agents) agrees to immediately notify in writing the Procurement Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. Firm: Signature and Date: Print Name Title of Signatory State of County of SUBSCRIBED AND SWORN to before me this day of , 20_ by , who is personally known to me to be the for the Firm, OR who produced the following identification Notary Public My Commission Expires 28 Packet Page -1130- 1/12/2016 16.C.1 . Coer County Administrative Services Department Procurement Services Division Attachment 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: Solicitation: RFP15-6365 Disaster Debris Management, Removal & Disposal Services Dear Commissioners: The undersigned, as Vendor declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Vendor states that the proposal is based upon the proposal documents listed by Solicitation: RFP15-6365 Disaster Debris Management, Removal & Disposal Services. (Proposal Continued on Next Page) 29 Packet Page -1131- 1/12/2016 16.C.1 . PROPOSAL CONTINUED IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 2015 in the County of , in the State of Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number: Federal Tax Identification Number CCR # or CAGE Code Telephone: FAX: Signature by: (Typed and written) Title: Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: FAX Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State,ZIP Telephone: Email 30 Packet Page -1132- 1/12/2016 16.C.1 . Colter County Administrative Services Department Procurement Services Division Attachment 5: Immigration Affidavit Certification Solicitation: RFP15-6365 Disaster Debris Management, Removal & Disposal Services This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify proctram, may deem the Vendor / Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act("I NA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/ Bidder's proposal. Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of , 2015, by who has produced as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 31 Packet Page -1133- 1/12/2016 16.C.1 . Corer Cawnty Administrative Services Department Procurement Services Division Attachment 6: Vendor Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address .,,, City State Zip Telephone FAX Email Order Information Remit/Payment Information Address Address City State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) _Individual/Sole Proprietor Corporation _Partnership Tax Exempt(Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification (D =Disregarded Entity, C= Corporation. P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number 32 Packet Page -1134- 1/12/2016 16.C.1 . Cofer County Administrative Services Department Procurement Services Division Attachment 7: Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $5.000.000 single limit per occurrence ISO form 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals'fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ® Automobile Liability $ 2,000.000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as ®Watercraft $ 2,000.000 Per Occurrence noted: ® United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ 2.000.000 Per Occurrence ® Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ 2,000,000 Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ® Pollution $ 2,000.000 Per Occurrence ❑ Professional Liability $ Per Occurrence • $ 500,000 each claim and in the aggregate • $1,000,000 each claim and in the aggregate • $2,000,000 each claim and in the aggregate ❑ Project Professional Liability $ per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate Packet Page -1135- 1/12/2016 16.C.1 . ❑ Valuable Papers Insurance $ Per Occurrence 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ® Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds MAY BE executed contract by Proposers receiving award, and written for 100% of the REQUIRED PER EVENT Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as"A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty (30) Days Cancellation Notice required. Ljb 8/26/2015 Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number 10/1/2012 Revision 2 34 Packet Page -1136- 1/12/2016 16.C.1 . CoCo�i iie-r Cot..u'ay Administrative Services Department Pronrement Services Division Attachment 8: Reference Questionnaire Solicitation: RFP15-6365 Disaster Debris Management, Removal & Disposal Services Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Completion Date: Project Budget: Project Number of Days: Change Orders - Dollars Added : Change Orders - Days Added: Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: By 10/1/2012 Revision 2 35 Packet Page -1137- 1/12/2016 16.C.1 . EXHIBIT A Debris Management Plan Provided In Separate File 10/1/2012 Revision 2 36 Packet Page -1138- 1/12/2016 16.0.1 . EXHIBIT B Staging Sites Provided In Separate File 10/1/2012 Revision 2 37 Packet Page -1139- 1/12/2016 16.C.1 . EXHIBIT C Contractor Compliance Requirements Provided in Separate Fire 10/1/2012 Revision 2 38 Packet Page-1140- 1/12/2016 16.C.1 . EXHIBIT D Code of Federal Regulations Provided In Separate File 10/1/2012 Revision 2 39 Packet Page -1141- 1/12/2016 16.C.1 . EXHIBIT E Staging Sites Provided In Separate File 10/1/2012 Revision 2 40 Packet Page -1142- 1/12/2016 16.C.1 . EXHIBIT F—GRANT PROVISIONS and FORMS Standard Federal Aid Provisions FEMA 97.036 The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be forwarded to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractors is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Administrative, Contractual, or Legal Remedies Unless otherwise provided in this contract, all claims, counter-claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. Termination for Cause and for Convenience This contract may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this contract through no fault of the terminating party, provided that no termination may be effected unless the other party is given: a) Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate; and b) An opportunity for consultation with the terminating party prior to termination. This contract may be terminated in whole or in part in writing by the local government for its convenience, provided that the other party is afforded the same notice and consultation opportunity specified in I (a) above. If termination for default is effected by the local government, an equitable adjustment in the price for this contract shall be made, but no amount shall be allowed for anticipated profit on unperformed services or other work, and any payment due to the contractor at the time of termination may be adjusted to cover any additional costs to the local government because of the contractor's default. If termination for convenience is effected by the local government, the equitable adjustment shall include a reasonable profit for services or other work performed for which profit has not already been included in an invoice. For any termination, the equitable adjustment shall provide for payment to the contractor for 10/1/2012 Revision 2 41 Packet Page -1143- 1/12/2016 16.C.1 . services rendered and expenses incurred prior to receipt of the notice of intent to terminate, in addition to termination settlement costs reasonably incurred by the contractor relating to commitments (e.g., suppliers, subcontractors) which had become firm prior to receipt of the notice of intent to terminate. Upon receipt of a termination action under paragraphs (a) or (b) above, the contractor shall • promptly discontinue all affected work (unless the notice directs otherwise) and • deliver or otherwise make available to the local government all data, drawings, reports specifications, summaries and other such information, as may have been accumulated by the contractor in performing this contract, whether completed or in process. Compliance with Executive Order 11246 of September 24, 1965, entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations During the performance of this contract, the contractor agrees as follows: • The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, creed, color, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. • The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, or national origin. • The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. • The contractor will comply with all provisions of Executive Order No. 11246 of Sept. 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. • The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. • In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be cancelled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of Sept 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive • Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. • The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of Sept. 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, That in the event the 10/1/2012 Revision 2 42 Packet Page -1144- 1/12/2016 16.C.1 . contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." Contract Work Hours and Safety Standards Act of 1962, 40 U.S.C. 327 et seq. The Contractor agrees it will require that mechanics and laborers (including watchmen and guards) employed on this federally assisted contract be paid wages of not less than one and one-half times their basic wage rates for all hours worked in excess of forty hours in a work week. Federal Fair Labor Standards Act, 29 U.S.C. Section 201 et seq. The Contractor agrees it will require that covered employees be paid at least the minimum prescribed wage, and also that they be paid one and one-half times their basic wage rates for all hours worked in excess of the prescribed work-week. Copeland "Anti-Kickback" Act (U.S.C. Section 51) The Contractor agrees to comply with the Anti-Kickback Act of 1968 which outlaws and prescribes penalties for"kickbacks" of wages in federally financed or assisted construction activities. Reporting The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. Patents and Data No reports, maps, or other documents produced in whole or in part under this contract shall be the subject of an application for copyright by or on behalf of the contractor. The grantor agency and the grantee shall possess all rights to invention or discovery, as well as rights in data which may arise as a result of the contractor's services. Access to Records The local government, the Florida Department of Emergency Management, the Federal grantor agency, the Comptroller General of the United States, and any of their duly authorized representatives, shall have access to any books, documents, papers, and records of the contractor which are directly pertinent to this contract for the purpose of making audit, examination, excerpts, and transcriptions. Retention of Records The contractor shall retain all records relating to this contract for five (5) years after the local government makes final payment and all other pending matters are closed. Clean Air Act, Federal Water Pollution Control Act, Executive Order 11738, and US EPA Regulations Contracts and subgrants of amounts in excess of $100,000 shall contain a provision that requires the Contractor or recipient to comply with all applicable standards, orders, or requirements issued under Section 10/1/2012 Revision 2 43 Packet Page -1145- 1/12/2016 16.C.1 . 112 and 306 of the Clean Air Act (42 U.S.C. 1857 (h), Section 508 of the Clean Water Act (33 U.S. 1368), Executive Order 11738, and the U.S. Environmental Protection Agency regulations (40 CFR Part 15 and 61). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Energy Efficiency Standards The contractor shall comply with any mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). Debarment and Suspension (Executive Orders 12549 and 12689) Contract awards that exceed the small purchase threshold and certain other contract awards shall not be made to parties listed on the nonprocurement portion of the General Services Administration's List of parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, "Debarment and Suspension." This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549. Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principals. Vendors submitting proposals for this purchase must attest that they, and their subcontractors and partners, are not excluded from receiving Federal contracts, certain subcontracts, and certain Federal financial and nonfinancial assistance and benefits, pursuant to the provisions of 31 U.S.C. 6101, note, E.O. 12549, E.O. 12689, 48 CFR 9.404, and each agency's codification of the Common Rule for Nonprocurement suspension and debarment. Contractor's debarment and suspension status will be validated at the System for Award Management at virvf,tvv.sari.aov and the State of Florida at 'tt D:lid :s. vflor 'a code/'Et s' t.sst ooer..A;orasistat ipuri,,..hiasincd vend:5r fnfor m tior If appropriate to the project, the Contractor will provide assurances regarding the following: ■ it will establish safeguards to prohibit discrimination on the basis of age under the Age Discrimination Act of 1975, as amended (42 U.S.C.: 6101-6107) which prohibits discrimination on the basis of age or with respect to otherwise qualified handicapped individuals as provided in Section 504 of the Rehabilitation Act of 1973. • It will establish safeguards to prohibit employees from using positions for a purpose that is or gives the appearance of being motivated by a desire for private gain for themselves or others, particularly those with whom they have family, business, or other ties pursuant to Section 112.313 and Section 112.3135, Florida Statutes. • It will comply with the Rehabilitation Act of 1973, Section 504,29U.S.C.794, regarding non- discrimination. • It will require every building or facility (other than a privately owned residential structure) designed, constructed, or altered with funds provided under this Agreement to comply with the "Uniform Federal Accessibility Standards," (AS) which is Appendix A to 41 CFR Section 101-19.6 for general type buildings and Appendix A to 24 CFR Part 40 for residential structures. The Subgrantee will be responsible for conducting inspections to ensure compliance with these specifications by the contractor. • It will comply with Title IX of the Education Amendments of 1972, as amended (20 U.S.C.: 1681- ■ 1683 and 1685 - 1686), which prohibits discrimination on the basis of sex. • It will comply with the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970, (42 U.S.C. 4521-45-94) relating to nondiscrimination on the basis of alcohol abuse or alcoholism. • It will comply with 523 and 527 of the Public Health Service Act of 1912 (42 U.S.C. 290 dd-3 and 10/1/2012 Revision 2 44 Packet Page -1146- 1/12/2016 16.C.1 . • 290 ee-3) as amended, that relate to confidentiality of alcohol and drug abuse patient records. • It will comply with Lead-Based Paint Poison Prevention Act (42 U.S.C.: 4821 et seq.) which prohibits the use of lead based paint in construction of rehabilitation or residential structures. • It will comply with the Energy Policy and Conservation Act (P.L. 94-163; 42 U.S.C. 6201-6422), and the provisions of the state Energy Conservation Plan adopted pursuant thereto. • It will comply with environmental standards which may be prescribed pursuant to the National • Environmental Policy Act of 1969, 42 U.S.C. 4321-4347. • It will assist the awarding agency in assuring compliance with the Preservation of Archeological and Historical Preservation Act of 1966, 16 U.S.C. 469a, et seq. • It will comply with the environmental standards which may be prescribed pursuant to the Safe Drinking Water Act of 1974 (42 U.S.C. 300f-300j) regarding the protection of underground water sources. • It will comply with the Clean Air Act of 1955, as amended, 42 U.S.C. 7401-7642. • It will comply with the Clean Water Act of 1977, as amended, 42 U.S.C. 7419-7626. • It will comply with the Endangered Species Act of 1973, 16 U.S.C. 1531-1544. • It will comply with the Intergovernmental Personnel Act of 1970, 42 U.S.C. 4728-763. • It will comply with the Wild and Scenic Rivers Act of 1968, 16 U.S.C. 1271-1287, related to protecting components or potential components of the national wild and scenic rivers system. • It will comply with the following Executive Orders: EO 11514 (NEPA); EO 11738 (violating facilities); EO 11988 (Floodplain Management); ED 11990 (Wetlands); and EO 12898 (Environmental Justice). • It will comply with the Coastal Barrier Resources Act of 1977, 16 U.S.C. 3510. • It will assure project consistency with the approved state program developed under the Coastal Zone Management Act of 1972, 16 U.S.C. 1451-1464. • It will comply with the Fish and Wildlife Coordination Act of 1958; 16 U.S.C. 661-666. 10/1/2012 Revision 2 45 Packet Page -1147- 1/12/2016 16.C.1 . (Submit with Proposal) THE FOLLOWING DOCUMENTS SHOULD BE RETURNED WITH SOLICITATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE 1. Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions 2. General Grant Clauses 3. Disclosure of Lobbying Activities 4. Conflict of Interest Affidavit 5. Anticipated DBE or MNVBE Participation Statement 6. Construction Contractors Bid Opportunity List 7. Drug Free Workplace 10/1/2012 Revision 2 46 Packet Page -1148- 1/12/2016 16.C.1 . Exhibit A: Original Posted REQUEST FOR PROPOSAL FEMA FUNDED Cofer County Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS RFP 15-6365 Disaster Debris Management, Removal & Disposal Services Brenda Brilhart, Procurement Strategist (239) 252-8446 (Telephone) (239) 252-6697(Fax) BrendaBrilhart @colliergov.net(Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. '^oz,ze'n'er!f rtxee -.,!,,,or,•33 lam ami Trav_as'•Nen.c,Ft-gida 34112 :(" 3 X52.4O7 ,v,cx k...pev..iatp.cu•er!._ds., vve Packet Page -1149- 1/12/2016 16.C.1 . Exhibit B: Revised REQUEST FOR PROPOSAL co L County Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS RFP 15-6365 Disaster Debris Management, Removal & Disposal Services Brenda Brilhart, Procurement Strategist (239) 252-8446 (Telephone) (239) 252-6697(Fax) BrendaBrilhart @colliergov.net(Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. , en't:evrwsEvs ,..2 arr.amT:a-=as'Nvc:es.Feoridt3;112-901. X33.22-8407•rw,i reepo.n+e,p.curerwilse-ocet Packet Page -1150- 1/12/2016 16.C.1 . tis O O O O O O O O. O O In co v•• N e') �f LL N ao N OJ LC) tv r r C7 c') O (N it? N p T Q O T r N .7' It) LC) d a.+ c. r p Q1 tv G1 r O y E E 0 Q m p = (� Y r N M s} LO LC) C p O �- p C7 C) ._ C 41)). RS O p - C� LL °) bp N a Its Ln m T d co -` _�-al l4 N N h N r M C to tC) N d 'C r E ( C ` V p p r N "t. C'") O tf) tt3 CIS cu L .-3. 3 '9.,' t9' N �` O rts N rm E O U a) a) a) .U N y U_ c6 C c6 U U) C) E ir. N C C(. N o sr. C N U :� S tt) L d C O U O Q p v M ,0 O -� C U (I) z m ' -5 s-- m — f', 0 � c4 R: > O O O) O U n�c N Z co >cE T''. W N W O _1 C�6 U a m O U CO L E LL .7... y O Q = a � I— QUU � � F— a_ Packet Page -1151- 1/12/2016 16.C.1 . AGREEMENT15-6365 for Disaster Debris Management,Removal and Disposal Services THIS AGREEMENT, made and entered into on this day of 2015, by and between AshBritt Inc. d/b/a AshBritt Environmental, authorized to do business in the State of Florida, whose business address is 565 East Hillsboro Boulevard, Deerfield Beach, Florida 33441, (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. TERM AND COMMENCEMENT. The Contractor shall be for five (5) years with an additional five (5) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made on contract anniversary date, in writing, to the Procurement Services Director. Price adjustments are dependent upon budget availability and Program Manager's approval. The County shall give the Contractor written notice of the County's intention to renew the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one- hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten(10) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK. The Contractor shall provide Disaster Debris Management, Removal and Disposal Services in accordance with the terms and conditions of RFP #15-6365, and the Contractor's proposal referred to herein and made an integral part of this agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3. COMPENSATION. The County shall pay the Contractor for the performance of this Agreement upon completion or partial completion of the work tasks, including if applicable, the aggregate of units actually ordered and furnished at the prices pursuant to the Rate Schedule attached hereto as Exhibit "A," as accepted and approved by the County Project Manager or his designee. Payment will be made upon receipt of a Page 1 #15-6365"Disaster Debris Management,Removal and Disposal Services" Ash Britt Inc.d/b/a AshBritt Environmenta Packet Page -1152- 1/12/2016 16.C.1 . proper invoice and in compliance with Chapter 218 Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 3.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes,Certificate of Exemption# 85-8015966531C-2. 5. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: AshBritt, Inc. dba AshBritt Environmental 565 East Hillsboro Boulevard John W. Noble,Chief Operating Officer Telephone: 954-545-3535 / Facsimile: 954-545-3585 Email: jnoble@ashbritt.com All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Procurement Services Division 3327 Tamiami Trail, East Naples, Florida 34112 Attention: Joanne Markiewicz, Director, Procurement Services Division Telephone: 239-252-8407 / Facsimile: 239-252-6480 Email: ioa:nnemarkiewicz @'col.liergov.net The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. Page 2 15-6365"Disaster Debris Management,Removal and Disposal Services" Cq AshBntt Inc.d/b/a AshBritt Environmental Packet Page -1153- 1/12/2016 16.C.1 . 6. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 7. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 8. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 9. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. al the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Contract Amount earned through the date of termination. The Contractor shall not be entitled to any other Page 3 #15-6365"Disaster Debris Management,Removal and Disposal Services" AshBritt inc.d/b/a AshBritt Environmental G Packet Page -1154- 1/12/2016 16.C.1 . or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 10. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex,color,creed or national origin. 11. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $5,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $2,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. D. Pollution Insurance: is required for the Contractor. The Contract shall maintain Each Occurrence$2,000,000.00 Per Occurrence and: 1. Pollution and Remediation Liability Insurance including the cost of defense during the term of this Agreement and for a period of five (5) years following the completion of the Project as outlined in this Agreement. Such coverage shall apply specifically to the contracting services / scope of work as outlined in this Agreement and shall include, but not be limited to Pollution Legal Liability (legal liability arising out of the discharge, dispersal, release, seepage, migration or escape of smoke, vapors, soot, fumes, acids, alkalis, toxic chemicals, liquids or gasses, hazardous materials, waste materials or other irritants, contaminates or pollutants into or upon land, the atmosphere or any watercourse or body of water including ground water at under or emanating from the project). 2. Remediation Legal Liability / Expense (expenses incurred for or in connection to the investigation, monitoring, removal, disposal, treatment or neutralization of a condition arising from the discharge, dispersal, release, Page 4 #15-6365"Disaster Debris Management,Removal and Disposal Services" AshBritt Inc.d f IV a AshBritt Environmental Packet Page -1155- 1/12/2016 16.0.1 . seepage, migration or escape of smoke, vapors, soot, fumes, acids, alkalis, toxic chemicals, liquids or gasses, hazardous materials, waste materials or other irritants, contaminates or pollutants into or upon land, the atmosphere or any watercourse or body of water including ground water at under or emanating from the project, as well as the cost to repair or replace real, or personal property damaged during the course of Remediation Expense in order to restore the property to the condition it was in prior to the Remediation Expense to the extent required by Federal, State, Local or Provincial laws, regulations or statutes or any subsequent amendments thereof). 3. Transportation Legal Liability/Expense - Pollution Legal Liability or Remediation Legal Liability/Expense arising out of the movement by the Contract of product or waste of the Owner to its final delivery point specified under this Agreement. E. Other Insurance Requirements: Watercraft- $2,000,000.00 Per Occurrence; Maritime Coverage (Jones Act)- 5 2,000,000.00 Per Occurrence; United States Longshoreman's and Harborworker's Act - $ 2,000,000.00 Per Occurrence; coverage shall be maintained where applicable to the completion of the work. F. Performance and Payment Bonds [Exhibit Bl_ May be required for projects in excess of$200,000,bonds shall be submitted by Contractor and written for 100% of the Contract award amount, the cost borne by the Contractor. The Performance and Payment Bonds (Exhibit B) shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: ten (10) days prior written Page 5 #15-6365"Disaster Debris Management,Removal and Disposal Services" AshBritt Inc.d/b/a AshBritt Environmental Cq Packet Page -1156- 1/12/2016 16.C.1 . notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. 12. INDEMNIFICATION. To the maximum extent permitted by Florida law, Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 12.1 The duty to defend under this Article 12 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 12 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Solid Waste Division. 14. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. Page 6 ti 15-6365"Disaster Debris Management,Removal and Disposal Services" AshBritt Inc.d/b/a AshBritt Environmental 11 Packet Page-1157- 1/12/2016 16.C.1 . 15. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the following component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), Exhibit "A" Rate Schedule, Exhibit "B" Performance and Payment Bonds, RFP #15-6365 "Disaster Debris Management, Removal and Disposal Services" Scope of Services, Addendum and Exhibit"C" Granting Agency Provisions. 16. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this agreement is subject to appropriation by the Board of County Commissioners. 17. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 18. COMPLIANCE WITH LAWS. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes), and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(d) and (3) stated as follows: (2) In addition to other contract requirements provided by law, each public agency contract for services must include a provision that requires the contractor to comply with public records laws, specifically to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. Page 7 15-6365"Disaster Debris Management,Removal and Disposal Services" AshBritt Inc d/b/a AshBritt Environmental Packet Page -1158- 1/12/2016 16.C.1 . (b) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by Iaw. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. (3) If a contractor does not comply with a public records request, the public agency shall enforce the contract provisions in accordance with the contract. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 19. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 20. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 21. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this contract in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. Page 8 #;15-6365"Disaster Debris Management,Removal and Disposal Services" AshBritt Inc.d/b/a AshBritt Environmental a Packet Page-1159- 1/12/2016 16.C.1 . 22. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision- making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla.Stat. 23. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 24. KEY PERSONNEL/PROTECT STAFFING. The Contractor's personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the contract. The Contractor shall assign as many people as necessary to complete the services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet dates set forth in the Project Schedule. The Contractor shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and/or experience. (2) that the County is notified in writing as far in advance as possible. The Contractor shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. 25. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved Page 9 #15-6365"Disaster Debris Management,Removal and Disposal Services" AshBritt Inc.d/b/a AshBritt Environmental 9 Packet Page -1160- 1/12/2016 16.C.1 . by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. 26. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. Page 10 #15-6365"Disaster Debris Management,Removal and Disposal Services" AshBritt Inc.d/b/a AshBritt Environmental Packet Page -1161- 1/12/2016 16.C.1 . IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS AT LEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts By: By: Tim Nance, Chairman Dated: (SEAL) AshBritt Inc. d/b/a AshBritt Environmental Contractor By: First Witness Signature Type/print witness namel' " Type/print signature and titlel Second Witness Type/print witness namet Approved as to Form and Legality: Assistant County Attorney Print Name Page 11 0111 #15-6365"Disaster Debris Management,Removal and Disposal Services" 1 AshBritt Inc,d/b/a AshBritt Environmental Packet Page -1162- 1/12/2016 16.C.1 . Exhibit A - Rate Schedule (following this page) Page 12 #15-6365"Disaster Debris Management,Removal and Disposal Services" AshBritt Inc.d/b/a AshBritt Environmental t, Packet Page -1163- 1/12/2016 16.C.1 . EXHIBIT B -RATE SCHEDULE Item'' Position- Hourly-Rate 1 Project Manager $70.00 2 Superintendent with Cell/Truck $75.00 3 Foreman with Cell/Truck $65.00 4 Supervisor with Cell/Truck $50.00 5 Inspector with Check/Vehicle $40.00 6 Health/Safety or QC Manager with Truck $63.00 7 Safety Superintendent $75.00 8 Mechanic with Truck&Tools $40.00 9 Climber with Gear $85.00 10 Labor/Operator with Chainsaw/Tools $30.00 11 Laborer with Tools $30.00 12 Traffic Control Personnel $30.00 13 Ticket Writers $30.00 14 Survey Personnel with Vehicle $35.00 15 Project Engineer $95.00 16 Equipment Operator $55.00 17 Truck Driver $50,00 18 Security Person(UNARMED) $50.00 19 Security Person(ARMED) $65.00 20 Administrative Assistant $35.00 21 Clerical $35.00 Total $1,103.00 AshBritt,Inc. 9,19!15 Attachrnen, Packet Page -1164- 1/12/2016 16.0.1 . Unit Price Schedule:Emergency Disaster Recovery&Debris Management Supplemental/Ancillary Service Fee Schedules: Collier County,Florida(Solicitation No.15-6365) Item Task Descri•tion Unit Measure Price U000 .idani.fl' • :I •w ti .t' sr •. . t N/A $0.00 U002 • • t-o-' a s '•" i e•eta live o ction •ate LenaMellillillillill01111111111111 U003 0-5 miles to debris m. .dement site.one-wa haul Cubic Yard $5.50 U004 5.1-10 miles to debris man••ent site,one-wa haul Cubic Yard $7.25 U005 10.1-15 miles to debris management site,one-wa haul Cubic Yard $8.25 23006 15,1-30 miles to debris v _•ement site,one-wa haul Cubic Yard • $9.50 U007 30.1-45 miles to debris management site,one-wa•haul Cubic Yard $10.75 UOOS 45.1-60 miles to debris mana•ement site,one-way haul Cubic Yard $11 95 23009 . Greater than 60 miles,one-wa haul Per CY/Mile $0.21 JO i 0 a.Scope consists of pickup and transport of eligible vegetative debris on the Community ROW or designated public property to it ix Common! •.roved DMS or other delii ated dis••sat facili U011 Right-of-Wa s(ROW Construction&Demolition C&D Collection Rate(Load/Haul) Ili U012 0-5 miles to debris mane ement site.one-way haul Cubic Yard $5.50 UD13 5.1-10 miles to debris management site,one-wa•haul Cubic Yard $7.25 U014 10.1-15 miles to debris management site one-wa haul Cubic Yard $8.25 U015 15.1-30 miles to debris man:•ement site one-wa•haul Cubic Yard $9.50 U016 30.1-45 miles to debris mane...meat site,one-way haul Cubic Yard $10.75 U017 45.1-60 miles to debris management site,one-way haul Cubic Yard $11.95 11018 Greater than 60 miles.one-way haul Per CY/Mile $0.21 b.Scope consists of pickup and transport of eligible C&:D debrit on the Commumity ROW or designated public property to s '' ` '' .,4R UD 19 Lonm.maity;.proved DMS or other deli .ated disposal facility. U020 P...‘11 -• -W v•(t tom' C:D and Mixed s ebri '• •c irect .r 1 • I r U021 0-5 miles to debris man ement site,one-way haul Cubic Yard $5.50 U022 5.1-10 miles to debris man :ement site.one-way haul Cubic Yard $8.25 ®10,1-15 miles to debris ma ::ement site,one-wa haul Cubic Yard $8.25 U024 15.1-30 miles to debris man••ement site one-wa'haul Cubic Yard $10.50 0025 30.1-45 miles to debris man.lernent site,one-wa haul Cubic Yard $11.75 1)026 45.1-60 miles to debris man.- merit site,one-wa'hard Cubic Yard $12.95 U027 Greater than 60 miles.one-wa haul Per CY/Mile $0.21 c.Scope consists of pickup and transport of eligible C&D and mixed debris,unable to be se a t-d and selvaged,ort the ti 12023 P P uP P by &b'a" ati Community ROW or designated public property to a Community approved final designated disposal facility. N. • U029 Mana•einent of Debris Nana•ement Site(DMS)and Debris Processing id U030 Site rre.aration and management Cubic Yard $2.00 1)031 Debris processin•'reduction b a inding e dative) Cubic Yard $1.95 11032 Debris•rocessina reduction,b ACI burnin•(Vegetative Cubic Yard 51.75 2303; Debris•tocessinolreduction,b o•en controlled burning(Vegetative Cubic Yard $1.55 1/034 Deoris rncessing/reduction.by com•action(C&D Cubic Yard $1.95 d.Scope consists of Ike management and operation of DMS'for acceptance,management,segregation and staging of disaster F r ",'+•' a 4 7:::::m 1/035 related debris.Additionally,work consists of all labor,equipment,fuel and miscellaneous costs necessary to reduce storm , ra generated debris by ndm_or by incineration. ..-..0 .s.-' .... 'd LIC36 Debris Haul out and Dis oral to Final Destination Site F1351 Landfill to ®fir.u.ri•i .s tt:t.r tills•tai:.toiidnK.•ntsuwt•rt tt..�.r«•iarnrLwisuotn.xeurn•.kw t:tl Cubic Yard $4.05 U038 i U s 1 t •d s t st N.ad.t•tn:Ulatn.li. t te.uueuw Y.ssl/i>•nts�4 multi )it Ok •i Cubic Yard $5.15 U039 Final haul out and disposal or reduced/compacted materials,30.1-60 miles,one-way haul Cubic Yard $6.25 U040 r .1 :.t ut d•t .. . d i .s,• .l-a? ,•n--ova I Cubic Yard $7.30 U041 h it sit. •di .... . •. -. at .. - Is,si.1.12im -,on -• . . I Cubic Yard $8.40 23042 Final disposal of reduced/compacted materials,>30 miles Per CY/Mile $0.19 Dissosal Tin.in Fee is a.ass-tlrou•h cost. r 5 rr •..,..r e.Work consists of pick up and transport of reduced debts at a Community approved DMS to a final disposal facility.Disposal � tyr Zr 7.y U043 "tipping fees"will be billed at actual cost,as a pass-through at time of event.All applicable backup documentation will be t F : submitted with billing. .,..._.--. w-...a.=.-."-- l.,.... °--+t- 11044 Hazardous Stunt.Removal&Collection /r U045 IStum.extraction and haulin to DMS(>24"to 36"diameter) Per Stum. $125.00 U046 Stunt•extraction and haulm• to DMS(>36"to 48'diameter) Per Slum. $185.00 U047 Stum.extraction and hauling to DMS(>48"to 60"diameter) Per Stum 8250.00 23048 Stunt extraction and haulin•to DMS(>60"to 72"diameter) Per Stum. $325.00 U049 Slum.extraction and hauling to DMS >72"diameter) Per Stunt. $450.00 0050 Backfill Material(Corn.atible soil to fill slum.voids) Cubic Yard $15.00 f-Scope consists of removal and collection of stumps partially uprooted us the ROW(pm FEMA debris guidance specifications). ? ,t ,_I0 I Stumps to be properly identified,etttified and documented,per FEMA guidance,by Community or its representative. U052 Hazardous Leanin• Trees •rooted or S.lit &Dan•erous Hanain•Limbs an•ers I U053 Partial!•U.rooted Trees -.-- -- -s<F- -L.: --' p ii AShBritt,Inc. 9/19/15 Attachment 0 Packet Page -1165- 1/12/2016 16.0.1 - Unit Price Schedule: Emergency Disaster Recovery&Debris Management Supplemental/Ancillary Service Fee Schedules:Collier County,Florida(Solicitation No 15-636.5) Item !Task Description Unit Measure Price U054 Uprooted trees on or in ROW.6.12"diameter Per Tree $75.00 U055 Uprooted trees on or in ROW,13-24"diameter Per Tree $125.00 U056 Uprooted trees on or in ROW,25-36"diameter Per Tree $185.00 U057 Uprooted trees on or in ROW,37-72"diameter Per Tree $365.00 1)058 Uprooted trees on or in ROW,>72"diameter Per Tree $450.00 13059 Split Leanets '^ • i ,': ':':: 1)060 Split Leaner on or in ROW,6-12"diameter Per Tree $45,00 U061 Split Leaner on or in ROW,13-24"diameter Per Tree $95.00 U062 Split Leaner on or in ROW.25-36"diameter Per Tree $175.00 U063 Split Leaner on or in ROW.37-72"diameter Per Tree $325.00 U364 Split Leaner on or in ROW.>72"diameter Per Tree $450.00 U065 Hanging Limbs P U066 Hanging/Damaged branches and limbs(Imagers) $95.00 g.Scope consists of removal of falling or leaning hazardous partially uprooted or split trees from ROW or the overhanging fg portion of the ROW with placement of debris an ROW for collection and bait-off.Diameter of identified trees measured at 2 fee[ - ; 1)067 from bane.Ml trees must be measured and pre-approved for removal by Community authorities,Price for removal of partially f uprooted leaner includes excavating root ball and placing on ROW.Price for split leaner includes flush cutting the tree trunk. , ,ii- , "is Scope also includes removing banging Limbs or partially broken tuubs Corn sees on ROW or limbs hanging over ROW and me" r planing reuttant debris cm the ROW for basal-off. i � f: - :% U068 Private Property Debris Removal-Vegetative&C&D(Load/Baur'm U069 0-5 miles to debris management site,one-way haul Cubic Yard $5.50 L1070 5.1-10 miles to debris management sire,one-way haul Cubic Yard $7.25 13071 10.1-15 miles to debris management site,one-way haul Cubic Yard $8.25 ,1)072 I5.1-30 miles to debris management site,one-Way haul Cubic Yard $9,50 13073 30.1-45 miles to debris management site,one-way haul Cubic Yard $10.75 13074 45,1-60 miles to debris management site,one-way haul Cubic Yard $11.95 1)0,5 Greater than 60 miles,one-way haul $0.21 -, Per CY/Mile U076 ti.Scope consists of pickup and transport at eligible vegetative,C&D and mixed debris OD approved private property(under p r f - authorization of Right-of-Entry program)ton Community approved DIVS. __.... '.' -'.:-- 1077 ,Demolition of County-owned/Approved Private Structures(Demo/Load/Haul)it U078 '0-5 miles to final disposal site,one-way haul. Cubic Yard $13.75 U079 5.I-10 miles to final disposal site,one-way haul Cubic Yard $15.00 U080 ,10.1.15 miles to final disposal site,one-way haul Cable Yard $16.00 U081 15.1-30 miles to debris management site,one-way haul Cubic Yard $17.25 11082 30.1 miles and greater,to final disposal site.one-way haul Cubic Yard $18.50 y it.Structure demolition with C&D debris loaded at the designated work site and hauled to an approvea landfill Disconnect and r --sr;.: cap the sewer and water tine and coordinate all required disconnects by private utility companies.Search safety accessible '' t S, UOiS3 structures,including garages and detached outbuildings,and remove all white goods,a-waste and household'hazardous waste for ROW coUxtiott Does not include removal of concrete slabs. ,.e. ;';w !,r t','."- UO84 9-5 miles to final disposal site,one-way haul(RACM) Cubic Yard Sta.-75 1.1085 5.1-IO miles to final disposal site.,one-way haul(RACiyt) Cubic Yard $16.00 U086 10.1-15 miles to final disposal site,one-way haul(RACivi) Cubic yard $17.25 U087 15 1-30 miles to debris nianagememrt site;one-way haul(RACM) Cubic Yard 518.50 U088 30.1 miles and greater,to final disposal site,one-way haul(RACK) Cubic Yard $19.50 i2 Sanctum-denholitiun with iRACtid Crib debts loaded at the designated work site and hauled to an approved Type int landfill t s _ k _rsc.',j 0 Discomlect and cep the scwet sad water line and coordinate all acquired disconnects by private utility companies.Search safely 'x fs , .0.089 accessible structures,including garages and detached antbnilding,and remove all white goods,a-waste and household hazardous t waste for ROW collection.Does not include removal of concrete slabs, U090 Concrete Removal(Broken Concrete and Siabe 13091 Load and haul broken concrete from ROW and dispose at designated DMS or FDS. _ _,, 1)092 ,0-5 miles to DIMS or final disposal site,one-way haul Cubic Yard $14.00 U093 5,1-10 miles to DMS or final disposal site,one-way haul Cubic Yard 517.50 1)094 10.1 miles and,;realer to DMS of foal disposal site,one-way haul Cubic Yard $20.00 0095 Demolish concrete slabs and haul and dispose at designated DMS or FDS. ^"t,°. °^rt.. -•,,. - 13096 0-S miles to DMS or fugal disposal site,one-way haul Cubic Yard 516.50 U097 5.1-10 miles to DM8 or final disposal site,one-way haul Cubic Yard $22.00 U098 10,1 miles and greater to DMS of final disposal site,one-way haul Cubic Yard $28.50 U099 Other Unit Services Jj 13100 Dead Animal Carcass hauling and disposal Per Pound See Schott 4 U131 Household Hazardous Waste(HHW)removal and disposal Per Pound $21.00 U102 Hazardous,Toxic,Radiological Waste(HTRW)removal and disposal Per Pound $290.00 '13103 (Tire Removal(Disposal or Recycle) Each $35.00 D AshBritt.tnc. 9119115 Attachment C Packet Page-1166- 1/12/2016 16.C.1 . Unit Price Schedule: Emergency Disaster Recovery&Debris Management Supplernerrtal/Anciliary Service Fee Schedules:Collier County,Florida(Solicitation No i5-6365) Hem Task Descri tion Unit Measure Price U 104 White Goods removal,collection and hauling(to DMS/FDS) Each $75.00 U105 Creosote timber piling removal and disposal. Cubic Yard $13.50 U106 Freon management&recyeiing(at work site/DMS/FDS,as-applicable) Each $45.00 11107 Electronic Waste(E-waste)removal(load,haul and dump at DMS/FDS[recycleri with Each $75.00 permission from Community or assigned representative) U108 Lawnmowers and Equipment with small engines(removal/disposal of tiuids) ach $55.00 U 109 Sand collection and screening and/or beach restoration Cubic Yard See Sched.3 U1[0 Bank/Canal Restoration(to include all necessary enuipment/materials) Linear Foot $32.50 U 11 1 ,Storm Sewer and culvert cleaning (to include all necessary equipment/materials) Linear Foot See Sched.3 U1 12 Abandoned Vehicle Removal(taw/transfer passenger vehicle) /* Each $250.00 U I[3 Abandoned Vehicle Removal(towitransfer recreational vehicle up to 241 /0 Each $395,00 .U114 Operation of secure aggregation site for vehicles and vessels Day $1.600.00 U115 _Storage of each-light and medium duty vehicle and/or vessels Foot $95.00 U116 Derelict/Suaken Vessel Removal(from marine environments) /w Foot See Sched.3 U117 Inspection Tower(Temporary Debris Management Site) Each No Charge 1.111& Hazardous Waste Containment Area Construction(as applicable,DMS) Each No Charte j.Some special unit services("3 may require unique considerations with respects to scope of work as they may require U1 19 unexpected additional effort As such,at the discretion of the Community and.4shBriit further negotiation may be needed on a : ..,t :R r :rase by Case bads. s..... ,7..;: . .. .,. .-,. �. .. CD AshBritt,Inc. 9(19/15 Attachment Packet Page -1167- 1/12/2016 16.C.1 . Personnel, Equipment and Materials (Emergency Push/Misc. Services) Price Schedule Supplemental/Ancillary Service Fee Schedules:Collier County,Florida(Solicitation No 15-6365) No. Service Description {Size or Type /a { Price { Unit Price H001 Heavy Equipment (Operator,fuel, maintenance included) 1-I002 Skid-Steer Loader(Mini-Loader) Bobcat 753/Cat 216/JD 313 Hour $107.00 .I1003 Extendaboom Forklift w/debris grapple Bobcat V638/CatTL642 Hour $121.00 H004 Backhoe,Wheel Loader, 1.0-1.5 CY Cat 416E Hour $95.00 H005 Backhoe,Wheel Loader,2.0-3.0 CY Cat 430E Hour $121.00 , H006 Backhoe.Extend-a-hoe(1.0 CY,4WD,extendable) JD310J/Cat 420E Hour $95.00 _ H007 Wheel Loaders, 1.0-1.5 CY Cat 908/JD 304/Case 321 Hour $121.00 , H008 'Wheel Loaders,2.5-3.0 CY Cat 930/JD 544//Vol L70 Hour $139.00 H009 Wheel Loaders.3.0-4.5 CY Cat 950/3D 644 Hour $145.00 HO10 Wheel Loaders,4.5-6.0 CY Cat 966/JD 744/Vol L150 Hour $150.00 . HO1 1 Wheel Loaders.6.0-7.0 CY Cat 980/JD 844/Vol L180 1-lour $185.00 11012 Tracked Loader(Trackhoe wJ misc. attachments) Cat 320/JD 690/Koh ED190 Hour $145.00 11013 Towed Loader w/Tractor Prentice 210 Hour $150.00 H014 Knuckleboom Loader Truck(Self-Loading) 25-35 CY Body Hour $135.00 H015 Knuckleboom Loader Truck(Self-Loading) 35-45 CY Body Hour $155.00 H016 Dozer,Tracked Cat D4 Hour $86.00 H017 Dozer,Tracked Cat D5 Hour $119.00 H018 Dozer,Tracked Cat D6 Hour $132.00 H019 Dozer,Tracked Cat D7 Hour $183.00 H020 Dozer,Tracked Cat D8 Hour $223.00 , I-1021 Dozer,Tracked Cat.DIOT Hour $411.95 1-1022 Hydraulic Excavators, 1.5 CY Cat 320 Hour $141.00 H023 Hydraulic Excavators,2.5 CY Cat 325 Hour $170.00 H024 _Hydraulic Excavators,3.5>CY Cat 330 _ Hour $190.00 H025 Excavator/Trackhoe,Rubber Tire(w/debris papple) Cat 315C/JD 160CNo1 EC 160 Hour $121.00 H026 Tractor w/Box Blade(30-70 Hp) JD 210L/Case 570M Hour $65.00 H027 Motor Grader(wl min 12`blade) Cat 120G Hour $129.00 H028 Off Road Truck(15-20 cv,24MT) Cat 725/JD 25ODNo1 A25 Hour $155.00 H029 30 Ton Crane Terex RT 335(30MT),equal Hour $195.00 H030 50 Ton Crane Terex RT 550(50MT),equal Hour $275.00 H031 100 Ton Crane(8 lu-minimum) Terex HCI10,KobCK1000 Hour $425.00 11032 Bucket Truck Llp to 50'reach Hour $133.00 H033 Bucket Truck 40'to 75'reach _ Hour $165.00 H034 Trash Transfer Trailer w/Tractor 110 Yard Hour $165.00 H035 Mechanized Broom Street Sweeper Hour $74.00 H036 Water Truck '2000 Gallon Hour $110.00 1-1037 Scrvicc/Fuel Truck Multi Hour $90.00 H063 Stump Grinder(30" diameter or less) Vermeer 252 Hour $100.00 H064 Stump Grinder(greater than 30"diameter) Vermeer 752 Hour $130.00 H065 Stump Grinder Vermeer 60TX Hour 1 $145.00 H066 Chipper w/2 man crew Morbark Storm Hour 1 $165.00 11067 Chipper/Mulcher(8"Throat) Vermeer Hour $48.00 H068 Chipper/Mulcher(12"Throat) Vermeer Hour $55.00 H069 12-Foot Tub Grinder Morbark 1200/650 HP Hour $425.00 H070 13-Foot Tub Grinder Morbark 1300/8501-TP Hour $475.00 H071 14-Foot Tub Grinder Diamond Z 1463/1600 HP Hour $585.00 H072 Air Curtain Pit Burner(Self-contained) N.IA Hour 855.64 H073 Air Curtain Refractory Incinerator N/A Hour $80.25 H074 I 2T Lowboy Trailer(Equip.Transport w/Tractor) 12 Ton Hour $65.00 H075 35T Lowboy Trailer(Equip.Transport w/Tractor) 135 Ton Hour $110.00 H076 50T Lowboy Trailer(Equip.Transport w/Tractor) 50 Ton Hour $155.00 H077 Truck Mounted Winch Tow Truck Hour $140.00 11078 Log Skidder iCat 525B/JD 648EJG III Hour $I45.00 1-1079 Waste Collection Rear Loader Truck INiA Hour $185.00 AshBritt,Inc. 9/19/15 Attachment �% Packet Page -1168- 1/12/2016 16.C.1 . Personnel, Equipment and Materials (Emergency Push/Misc.Services) Price Schedule SuppiementaUAnciliary Service Fee Schedules: Collier County,Florida(Solicitation No. 15-6365) No. Service Description Size or Type /a Price Unit Price H080 Vacuum Truck/letter 3500 Gallon Hour $465.00 H081 Crash Truck w/lmpact Attenuator . N/A Hour $140.00 H082 Power Screen N/A Hour $110.00 1-1083 Stacking Conveyor N/A Hour $27.00 H084 Hauling Vehicles (Operator,fuel,maintenance included) H085 Dump Truck 5 to 15 CY Hour $70.00 H086 Dump Truck 16 to 24 CY Hour $88.00 H087 Dump Truck 25 to 34 CY Hour $95.00 H088 Dump Truck(Trailer Dump w/Tractor) 35 to 44 CY Hour $100.00 1-1089 Dump Truck(Trailer Dump w/Tractor) 45 to 54 CY Hour $107.00 H090 Dump Truck(Trailer Dump w/Tractor) 55 to 64 CY Hour $120.00 I H091 Dump Truck(Trailer Dump w/Tractor) 65 to 74 CY Hour , $130.00 H092 Dump Truck(Trailer Dump w/Tractor) >75 CY Hour $140.00 H093 Walking Floor Trailer wI Tractor 100 CY Flour $175.00 1-1094 Transportation Vehicles (Operator,fuel.maintenance NOT included,loaned vehicles, insurance included) 14095 Pickup Truck 1/2 Ton Day $80.00 H096 Pickup Truck 3/4 Ton Day $95.00 H097 Pickup Truck 1 Ton(4x4) Day $120.00 H098 Box Truck 3/4 Ton Day $125.00 H099 Utility Van 3/4 Ton Day $90.00 H100 Passenger Van 9 Passenger Day $110.00 H101 Passenger Car Full size Day $85.00 H102 Response Trailer 20 Foot Day $422.65 14103 Response Trailer 30 Foot Day $529.65 H 104 Flatbed Trailer(40 ft) 1GWV to 450 Day $800.00 H14 l Marine Resources (Fuel,maintenance included) H143 40'Sectional Barge w/Mounted Excavator&Push boat With 2 man Crew Day $5,750.00 1-1144 33'Fast Barge with Winch Crew of 2 Day $4,200.00 H 145 14'Utility Boat with Motor(Work Boat) With 2 man Crew Day $2,100.00 H146 12'Utility Boat with Motor(Work Boat) With 2 man Crew Day $1,400.00 H147 12'Utility Boat without Motor(Work Boat) With 2 man Crew Day $1,050.00 T1157 Miscellaneous Equipment/Items (Fuel, maintenance included,where applicable) H161 Traffic Control,Temp Single Lane Closure N/A Hour $188.50 1-[162 'Traffic Control,Temp Road Closure N/A Hour $383.50 H168 Light Tower(Portable light plant WI Generator) 500 Watt Range(w/Gen) Day S1338.00 1-1169 Light Tower(Portable lightplant w/Generator) 1000 Watt Range(w/Gen) Day $187.50 14170 Light Tower(Portable light plant w/Generator) 2000 Watt Range(w/Gen) Day $225.00 1-1171 Light Tower(Portable light plant w/Generator) 4000 Watt Range(w/Gen) Day 5600.00 H173 Storage Container i40 Foot Day $125.00 • n AshBritt, Inc. 9/19/15 Attachment `G Packet Page -1169- 1/12/2016 16.C.1 . First Response(Emergency Road Clearance-"First Push")Anticipated Crew Makeup_/a Supplemental/Ancillary Service Fee Schedules:Collier County,Florida(Solicitation No.15-6365) No. Service Description +Unit !Price _Unit Price/CM, nit Price id H001 Personnel& Equipment (Operator,fuel,maintenance included) H002 Small Loader or Lrg.Skid steer,(Push machine,wheeled or rubber tracked)' Hour $107.00, $107.00 $107.00 I1002 Kuuckleboom Loader Truck(Self-Leadin 25-35 CY) iHour $0:00 $0.00 $135.00 H004 Dump Truck(16 to 24 CY) Hour $0.00 $0.00 $88.00 H003 Supervisor with Truck(1 man,will assist toss operations) Hour $50.00 $50.00 $50.00 H006 Operators with Chainsaw(2 or I man crew,cut and toss) Hour $30.00 $30.00 $30.00 H.004 Laborer with Tools(1 man,toss) Hour $0.00 $30.00, $0.00 1-1008 Traffic Control/Safety Personnel(2 man crew,as needed) Hour $0.00 $0.00 $60.00 'l Total Hourly: (Hour j $187.001_ $217.001 $470.00 Note:Fuel surcharges nay apply(negotiable at time of H"1"1"). Notes: *Hourly rate for other equipment that may be required to follow Schedule 2a-Supp Hourly Rates. a.Comprehensive list of rates follow in Schedule 2a;presented as guideline for total hourly"push'rate. b.Potential minimum crew composition,with skid steer/bobcat(may vary). c.Potential minimum crew composition,with wheel loader(2-3 cy)may vary). d.Potential maximum crew composition(may vary). Y ) AshBritt,Inc. 9/19115 Attachment Packet Page -1170- 1/12/2016 16.C.1 . Beach Restoration, Canal Work, Waterways &Sunken Vessel Removal Supplemental/Ancillary Service Fee Schedules:Collier County,Florida(Solicitation No. 15-6365) Beach/Lake Restoration No. Description Unit Price Collection of debris-laden sand from ROW,hauling to the processing screen and sand pile M001 maintenance.Up to l5 mile haul to screen.Debris from screen to be hauled by cubic yard Per Cubic Yard $8.25 debris rate in contract. Berm/Beach Construction shall include transportation of screened sand to beach from M002 screening site,including shaping of material on emergency berm.To include stockpile Per Cubic Yard $8.25 maintenance.Up to 15 miles haul from screen. Scrape and screen shall include the collection of debris laden sand from beach,processing M003 it through screen,returning sand to beach and spreading sand on beach.Work to be Per Cubic Yard $8.25 performed on beach. Bank/Canal Work No. Description Unit Price M004 Bank/Canal Shoreline Restoration Per Linear Foot $32.50 Note:To include any necessary excavation,compaction,fill and backfill of embankment soils and seeding,materials to restore banks to preexisting conditions insofar as possible. M005a Canal/Marine Debris Removal{Land Based)_/a [0.5 miles,one-way hauling] Per CY $42.50 M005a [5.1-10 miles,one-way hauling] Per CY $55.00 M005a [10.1 miles and greater,one-way hauling] Per CY $75.00 M005b Canal/Marine Debris Removal(Marine Based)_'a [0-5 miles,one-way hauling] Per CY $325.00 [5.1-10 miles,one-way hauling] Per CY $425.00 [10.1 miles and greater,one-way hauling] Per CY $495.00 Note:Removal of storm generated debris from marine environments including streams,canals,and waterfronts by applicable land-based or marine-based processes. a.Price negotiated for special circumstances for canal and marine debris removal(incident specific). Culvert/Storm Sewer/Drainage Ditch Work No. Description Unit Price r1v1006 Round Culvert 1v1006a Clean 21"&24" Storm Sewer Linear Foot $31.18 M006b Clean 27" &30"Storm Sewer Linear Foot $37.51 M006c Clean 36" Storm Sewer Linear Foot $49.55 M006d Clean 42" Storm Sewer Linear Foot $56.25 M006e Clean 48"Storm Sewer Linear Foot $68.66' M006f Clean 54"Storm Sewer Linear Foot $86.76 M006g Clean 60"Storm Sewer Linear Foot $99.54 M006h Clean 72"Storm Sewer Linear Foot $144.25 M007 Box Culverts M007a Clean 0-4(Square Foot) Linear Foot $26.04 M007b Clean 4.01 -9(Square Foot) Linear Foot $33.79 M007c Clean 9.01 - 15(Square Foot) Linear Foot $41.66 M007d Clean 15.01-20(Square Foot) Linear Foot $49.54 M007e Clean 20.01-30(Square Foot) Linear Foot $57.41 M007f Clean 31.01-40(Square Foot) Linear Foot $70.01 M007g Clean 40.01-50(Square Foot) Linear Foot $77.89 M007h Clean 50.01 -60(Square Foot) Linear Foot , $85.76 M007i Clean 60.01 -70(Square Foot) Linear Foot $90.49 M007j Clean greater than 70(Square Foot) Linear Foot $96.79 AshBritt,Inc. 9l19/15 Attachment e r ; • Packet Page -1171- 1/12/2016 16.C.1 . M008 Clean and Clear Catch Basins and Inlets M008a 4'x 4' Each $650.00 M008b 8'x 8' Each $1,150.00 _M008c 10'x 10' Each $1,500.00 • M008d 20'x 20' Each $3,750.00 M009 Clean Drainage Manholes Each $125.00 Derelict/Sunken Vessel Removal No. Description Unit Price MO 10 Marine Salvage Operations Per Linear Foot M0 J 0a Less than 20 feet $215.00 M01 0b C20 to 25 feet $250.00 M010c 25 to 30 feet $375.00 M01 0d Greater than 30 feet By Case M011 Land Based Salvage Operations Per Linear Foot MO l 1 a Less than 20 feet $155.00 tvf011 c 20 to 25 feet $225.00 MO l 1 c 25 to 30 feet $325.00 MOl 1 d Greater than 30 feet By Case Note:Large vessels,houseboats or vessels withir,environmentally sensitive areas may require unexpected additional effort.Work may be negotiated on a case-by-case basis under such conditions. Note Fuel suit Note Fuel surcharges may apply i negotiable at time of PIT?) AshBritt,Inc. 9119/15 Attachment Gi.„,' /I Packet Page -1172- 1/12/2016 16.C.1. Dead Animal Carcass Response,Collection, Management&Disposal Supplemental/Ancillary Service Fee Schedules:Collier County,Florida(Solicitation Na.15-6365) No. 1Descrip tion Unit Price DAC001 Dead Animal Collection,Transportation Per LB $2.75 (Carcasses disposed in permitted landfill,within 0-45 miles) DAC002 Dead Animal Collection,Transportation Per LB $3.50 (Carcasses disposed in permitted landfill,within 46-100 miles) DAC003 Dead Animal Collection,Transportation Per LB $4.75 (Buried or incinerated,within 0-45 miles) ^_ DA0004 Dead Animal Collection,Transportation Per LB $5.95 (Buried or incinerated,within 46-100 miles) DAC005 Contaminated Soil Collection,Transportation Per CY $15.50 (Within Jurisdiction,0-75 miles) Notes: 1.Tipping fees when applicable will be charged as a pass-through cost. 2. Rates are for proposed for mortalities caused by natural disasters.Collection,management,and disposal of livestock,birds or animals owing to pandemic disease will he subject to further negotiated rates. AshBritt,Inc, 9/19/15 Attachment Packet Page -1173- 1/12/2016 16.0.1 . Emeraencv Drinking Water, Ice Supply&Supplemental Foods Price Schedules SupplementaUAncitlary Service Fee Schedules:Collier County,Florida(Solicitation No.15-6365) No.' Description Unit Price 1 Liter bottled water in cases(12 per case) Per/Liter+freight $ 0.38 2 Liter bottled water in cases(12 per case) Per/Case+freight $ 4.58 . 3 Gallon bottled water in cases.(4.per_case) .Per/Gallon t freight. $. ..2.62........_ . 4 Gallon bottled water in cases(4 per case) Per/Case+freight $ 10.48 5 "Emergency Ice Per/Pound+freight $ 0.23 6 "Emergency Ice ,Per/Bag+freight $ 1.64 , Addendum: PRICES BASED ON A MINIMUM Oh 1 TRUCKLOAD FOR BOTH BOTTLED WATER AND PACKAGED ICE. Freight is not included. Freight will be determined at time of order based on distance from supplier to customer directed site of delivery. *WATER PRICING EXCEPTIONS: a) Contractor reserves the right to utilize a variety of PET water bottle sizes,based on availability and delivery times,in order to meet the contractual requirement for the I Liter size requirement.Sizes and case count can vary between.5L and I.5L and will be based on availability of product in the b) Price does not include freight.Freight pricing will be determined at time of purchase by distance from supplier to the initial destination identified in the purchase order.Additional cost for onward mileage will be$6.00 per mile. c) Collier County is responsible for unloading at staging areas for all trucks&trailers,Upon arrival at the initial destination as identified in the purchase order,the truck will allow 2"free"hours for unloading. d) After the initial 2 hours,the truck will be compensated at$164.82 per hour until it is fully unloaded and released. e) The 2 free hours is only at the initial stop indicated in the purchase order.A fee of S 164.82 per stop will be charged at each additional location. f) Collier County will not be charged onward mileage and standby time concurrently.If the truck is moving,the onward mileage charge will apply;if the truck is held at a site identified by the County,standby time will apply. **ICE PRICING EXCEPTIONS: a) Contractor reserves the right to utilize a variety of ice bag sizes in order to meet the contractual requirement for the 71i hag size requirement. Sizes and count will vary from 8 pounds to 20 pounds based on availability and delivery times available at the time of order at the disaster area b) Price does not include freight.Freight pricing will be determined at time of purchase by distance from supplier to the initial destination identified in the purchase order.Additional cost for onward mileage will be$6.00 per mile, c) Collier County is responsible for unloading at staging areas for all trucks&trailers.Upon arrival at the initial destination as identified in the purchase order,the truck will allow 2"free"hours for unloading. d) After the initial 2 hours,the truck will be compensated at$164.82 per hour until it is fully unloaded and released. e) The 2 free hours is only at the initial stop indicated in the purchase order.A fee of$164.82 per stop will be charged at each additional location. C Collier County will not be charged onward mileage and standby time concurrently. If the truck is moving,the onward mileage charge will apply:if the truck is held at a site identified by the County,standby time will apply. g) Collier Cowin will be responsible for the fuel for the packaged ice ileefrigerated trailer fuel only while staged on stand by time). AshBritt.Inc. 9/19(15 Attachment 0_2 Packet Page-1174- 1/12/2016 16.C.1 . Disaster Response Man Camps/Comfort Services Price Schedule Supplemental/Ancillary Service Feu Schedu les:Collier County,Florida I6olicitatino No.1i-5365) Total Personnel ease Camp Ali-Inclusive Occupied Pricing NIMS Camp Weekly Demobilization Demobilization Mobilization Freight' Mobilization Labor PP/PD Type Capacity Operations Freight* Labor 1 2000+ 83 Truckloads S 1,946 976.00 5 2,031,960.00 5 145.14 83 Truckloads $ 1,046,976.00 II 2000 •OTTiuoidoids 5 '0,046976.00 $ 2,031;960.00'511I43 r4 83-Troakloads "S 1,046;976.00 M 1500 64 Truckloads S 779 328.00 S 1,549,800.00 S 147.60 64 Truckloads $ 779,328.00 IV 1000 45 Truckloads S 531,360.00 $ 1,050,420.00 S 150.06 .45 Truckloads $ 531,360.00 V ll 750 37 Truckloads S 409,344.00 $ 820,102.50 $156.21 37 Truckloads 5 409,344.00 VI 500 30 Truckloads 8 283,392.00 $ 568,260.00 $162.36 30 Truckloads S 263,392.00 VT 250 18 Truckloads 5 177,12000 S 350.85750 S 200.49 18 Truckloads $ 177,120.00 VIII 100 15 Truckloads 5 70,848.00 $ 195,447410 S 279.21 15 Truckloads 5 70,848.00 _ '$6 00/mile/Lnad "54.00/mile/Load Component Pricing J,7tcheniDFAC MIMS Camp Weekly Demobilization 1 _ T Capacity Mobilization Freight* Mobilization Labor Operations PP/PD Demobilization Freight Labor Seating YPe I 2000+ 12 Truckloads $113,900 589,544 56.40 12 Truckloads $113,900 1200 II 2000 12 Truckloads 5113,900 1 $89,544 56,40 12 Truckloads 5113,900 1200 a rII 1500 10 Truckloads 5105,182 $70,725 $6.74 10 Truckloads 5105,182 I 900 1 IV 1000 9 Truckloads $71,157 561,992 $8.86 8 Truckoads $71,157 • 600 V 750 7 Truckloads 560,764 1 853,597 510.21 7 Truckloads 560,764 450 VI 500 6 Truckloads 552.779 537,884 510.92 , 6 Truckloads 552,779 L 300 VII 250 5'17ucklcads 545,193 327.767 $15.87 5Tluckduads $45,193 150 VIII I 100 4 Truckload= $21,199 523.032 $32.90 4 Truckloads $21,199 60 Meal Service Population 109.499 500-2099+ Meal Meal Price Meal Price Breakfast $17 515 Lunch 320 517 Dinner $22 $20 Total PP/PD $59 $52 Tents,flooring,cots/beds,linens,Power/11VAl,fuel,staffing NIMS Camp Weekl y Mobilization Freight* , M1roblizatiou Labor PP/PD Demobilizaton Freight) Demobilization Type Capacity Operations Labor I 2000+ 33 Truckloads 5824.100 $557,190 539.80 13 Truckloads $824,100 II 2000 4 33 Truckloads 5624,100 $557,190 539.80 33 Truckloads 5824,100 t 11] 1500 26 Truckloads S618,075 5426.503 $40.61 26 Truckloads $618,075 IV \+ 1000 20 Truckloads 5412,050 5295.315 542.1.6 20 Truckloads $412 050 1 750 /Truckloads 5309,038 5213,251 $40.61 to Truckloads $309,035 VI 500 10 Truckload: 5206,025 5147,908 542.26 10 Truckloads $206,025 V11 250 6 7uok/oads $103,013 $101,014 4 $57.72 6 Truckloads $103,013 VIII 1 100 4 Truckloads $41,205 1 559,13 S83.03 4 Truckloads $41,205 Mobile Shovers NIMS Camp Mobilization Freight Mobilization Labor Weekly PP/PD Demobilization Freight Demobilization l Showerbeads Type Capacity Operations Labor I ' 2000+ 20 Tiuckloacs 589,421 f 5247.968 517.71 20 Tnrckloads 189,421 I 200 II I 2000 20 Truckloads 589,421 5247,968 517.71 20 Truckloads 589,421 J 200 111 1500 15 Truckloads 566,635 $184,685 ' $17.59 15 Truckloads , 566,635 I 150 IV 1000 10 Truckloads $47,663 5124,845 517.84 10 Truckloads 547,063 100 V 750 8 Truckloads 538,822 593.634 $17.84 8 Truckloads 831,822 75 VI 1 500 6 Truckloads 528,905 564.575 518.45 6 Truckloads _ 528,905 50 Vil i 250 1 3 Truckloads $24,293 $32,236 518.43 ( 3 Truckloads 524,293 1 25 VIII I 100 1 Truckloads $16,830 513,991 519.95_ I Truckloads 516530 l i 0 Mobile Laundry Facilities N1h4S Ca°IP Mobilization Freight Mobilization Labor Weekly PP/PD I Demobilization Freight Demobilization Laundry Units Type Capacity Operations Labor 1 2000+ 4 Truckloads $18,389 581,795 , $5.84 ' 4 Truckloads $18,389 40 _ ll 2000 4 Truckloads 513.389 4 $81,795 $5.84 I 4 Truckloads $18,389 40 TQ 1500 4 Truckloads ` $13,592 561,992 35.90 4 Truckloads 513,592 30 IV 1000 3 Truckloads I $9,102 i $43,050 $6.15 3 Truckloads $9,102 20 V 750 3 Truckloads 56,765 $32,298 $6.15 3 Truckloads 56,765 15 VI 500 3 Truckloads 54.628 $22,601 $6.46 , 3 Truckloads $4,628 IC VD 250 2 Truckloads 52,760 $12,377 $7.07 2 Truckloads 32,760 5 I VIII , 100 1 Truckloads f 52.306 35,597 53.00 1 Truckloads 52,336 2 AshBritt,Inc. 9/19/15 Attachment C-) r Packet Page -1175- 1/12/2016 16.C.1. Chemical Taints NIMS Camp t Weekly - - Demobilization Mobilization Freight Mobilization Labor PP/PD Demobilization Freight Chemical Toilets Type Capacity Operations Labor 1 2000+ 8 Truckloads $8.241 $46,130 $3.30 8 Truckloads' 1 $8,241 133 II 2000 8Truckloads $8,241 $46,149.60 $3.30 8Truckloads 58.241 133 RI 1500 _ 6 Truckloads 56.150 534,440.00 $3,28 6 Truckloads S6,ISD 100 IV 1000 4 Truckloads $4,121 • $23,074.80 $3.30 4 Truckloads 54,121 67 ✓ 750 3 Truckloads 53,075 517,220,00 $3.28 3 Truckloads 1 $3,075 50 VI 500 1 Truckloads $2,091 $11,709.60 53.35 1 Truckloads 1 52,091 33 VII 250 1 Truckloads 51,046 55,854.80 53.35 1 Truckloads 51,046 17 VIII 100 1 Truckloads 5431 _ $2,410.80 $3.44 I Truckloads 1 $431 7 Restroom Trailers NIMS Camp Weekly Demobilization Mobilization Freight Mobilization Labor PP/PI) `Demobilization Freight Restroom Units Type Capacity Operations Labor 1 2000+ 8 Truckloads I $8,241 5246,000 517.58 • 8 Truckloads 58,241 22 II 2000 8 Truckloads $8,241 5246,000.00 $17.58 g Truckloads 58,241 22 all 150D 6 Truckloads $6,150 1. $184 500.00 517.58 6 Truckloads 56,150 17 IV 1000 4 Truckloads $4,111 I 5123,000.00 517.58 4 Truckloads $4,121 11 ✓ I 750 I 3 Truckloads $3,075 392,250.00 $17.58 3 Truckloads $3,075 8 VI 500 I 1 Truckluad 52,091 $61,500.00 $17.58 1 Truckloads 52,091 6 VII 250 1 1 Truckloads $1,046 _ $34,166.94 519.52 1 Truckloads $1,046 3 VIII 100 1 1 Truckloads 5431 516,399.59 523.43 1 Truckloads I 5431 1 Security NIMS Camp Demobilization Mobilization Freight Mobilization Labor Weekly PP/PD Demobilization Freight No.of Guards Type Capacity Operations Labor 1 1 2000+ $8 1 $0 _ $33,062 5236 SO SO 12 fl 2000 SO 1G 533,062 12 36 r SO $0 12 ■ III r 1500 SO $0 $27,552 12.62 SO SO 10 IV 1000 50 50 ' $22,042 $3.15 50 SO 8 I V 750 SO 50 1 $16,531 $3.15 SD SO 6 VI 500 i SO SO j 516,531 54.72 SO SD 6 VII 250 SO 50 $11,021 56.30 50 r 50 4 VIII 100 I 50 50 $11.021 $15.74 $0 I SO 4 Fencing. _ NINES Camp Weekly Demobilization Linear Feet of Type Capacity Mobilization Freight Mobilization Labor Operations PP/PD Demobilization Freight Labor Fencing 1 2000+ 8 Truckloads 50 $21,525 $1.54 8 Truckloads $0 8000 U 20110 8 Truckloads i 30 $21,525 51.54 8 Truckloads 30 8000 III __ 1500 7 Truckloads 50 $19,373 $1.85 7 Truckloads 50 7000 IV 1 1000 6 Truckloads $0 $17,220 52.46 6 Truckloads $0 6000 V I 750 6 Truckloads SD $14,207 $2.71 1 6 Truckloads. $0 5000 VI 500 4 Truckloads SO $10,763 53.08 4 Truckloads 50 4000 I VII 1 250 3 Truckloads $0 1 $8,610 54.92 3 Truckloads SO 3000 VIZ[ I 100 2 Truckloads SO , S5,166 57.30 ( 2 Truckloads 80 j 2000 Small Expedition Camp NIMS Camp Weekly I m 1 Demobilization Mobilization Freight Mobilization Labor PP/PD D Demobilization Freight j Type Capacity Operations Labor VIII u 60-311-.�1_ 27ruci5cads 559.655.00 $150.675 1 $300 2Truckloads $39606 NOTES; 1. All services and equipment arc offered ou an availability basis. 2. Perpers•rn'Yer day pricing dons not inc/ude Fretlbt Mobilization 3i Demobilization 3. Mobilization and.demobilization are determined based on asset closest storage location at time of service request. 4.Truckm mil tags rates may be adjusted due to availability/location of trucks. • AshBritt,Inc. 9/19/15 - Attachment l ,,,. , . Packet Page -1176- 1/12/2016 16.C.1 . Disaster Response Man Camps/Coriolort SeMCes NBC,Schedule 46. .endl(.4ncillnry Sonde F.s ScheduLK Cooke Cooney,Florid.49n6rils007 N0.15.6305) -J OPERATIONAL RESONSE TIME UPON TYPED SUPPORT PACKAGES NOTIFICATION DIM QTY MMS TYPING DESCRIPTION RENTAL PRICRA W[T� 6 W HIS 36 HIS DAYS 7 • 1 NEMA TYPE] POD SUPPORT PACKAGE(COMMODITY DISTRIBUTION,NON-IMEIIICALI PER WEEK)I 7711101 2 0011,DI Im'do-dleod71 melt Sork1i0.4 mammal 001001 pallet jnd:c.4..06 4000 son 1140 Md.-if adoid0,6 end,10X10 pop WM;60 deb folding d.o.s 211 esdl lidding I.Mn,4 ud2N nvdame Mt N each 10(1 12/3 amoun mod0,30 earn)•7vn3'4p11nen.20 oar 55 ge0.w pluuc wall Cana mid No ( No No V. VIM .._. _ ' -lid..DAILY REFUELING SERVICES FOR EQUIPMENT.ALL INYSYE•AS OELIVERE0,INSTALLED -- • .. ..__. . •. ... .. _.._ .. AND DP,MOR1L17FD WITION6 WITHIN WITHIN WrfRD'1 WITHIN 7 . NEMA TYPE II POD SUPPORT PACKAGE(COMMODITY DISTRIBUTION,NON-MEDICAL) PER WEEK S 18,01931. IIR9 l2HRS Nos ,u HR.S 11Ays I ad.00 lama Monad lad fohlfu.4 am6 alarm/Mid Jack's.3 odd 46100 wan light moves-ed3 cnlamsl 4 eodl 10')010 pop•ap lob.40 ems 1b62in@ Man.12 doh!dame 061a.4.00 24'madame fu..10 owl KIP 1 203 R02i311 odd..10 dal 3-way Wainer..2.00035 tam$..O1.sob lard with No No 44. Ye. No Lids.DAILY REFUELING SERVICE)FOR EQUIPMENT,ALL SYSTFUS DOLNEKED.INSTALLED AND DFMDIID I7 71 PEE WEEK 1 IJ 8720 WITHIN 6 WITHIN WMUN WLTIIN WITHIN'7 3 1 NEMA TYPE III POD SUPPORT PACKAGE(COMMODITY DISTRIBUTICN,NOMMEDICAL) •0 FIRS 13 lIR6 24 HIM 36743M DA Y6 1 ad.all Loam addled,nab M111.2 dad.(dotal pal In•000.2 a,%NYel wan last tom,•dIf .00.0.1.2 corn 10)0161 pda-up and 20 dal folding Min.I coat folding lads,2 don 24•wereissuse fans.13 each 100'LYS msauio..606.6.00 J•wr.y splits..,ID each 55 pilot pie7k troth wow Lad Lida. No No Nn Yes Yu DALLY RETUEl.NU SERVICES FOR EQUIPMENT.ALL SYSTEMS DFLIVFRETI,INSTALL/13 ANO ,310401311.17E' WITHIN WCPHIN WITHIN W'fTHN WITNTN7 • F2 TYPE COOLNGICOMFORT STATION PER WEEK S 63,OD7A9 HIES 12 HIUS ,24)IRS MMRS DAYS I adl ell lemur eswa deal room MOIL I shat 111111041 pallet Lad,7 each 40000071 light Inwen•8011 11 rmtvnad,I eat 80 OW Gad gemn0m,200 46)7412 polo Pmt with sale auwiec ad Roan,'_uL so Too Ytno6k H VAC fur TmR.a aringa Iml lipmi05.ISO e1..%ialda8 alma,446 mat POIGn@ dableA 4,...., No No Ns Val Yw 2•1'`mama inns.20 oath IUD 12/3 ahaaion wok./Dead l-war sp0nen.210 doh Si p.11o.pl11mid { 'mho.with L43o.DAILY REPU4.114G SERVICES FOR L•QUIPMAENT.ALL SYSTEMS DELIVERED. INS'1 At I Il11 A 0411 DFMORII.I/FLT PER WEEK 5 26.697.1]WM-17N 6 WITHIN.WITHIN WITHIN WIT)hIN 7 PC TYPE U COOLING r COMPORT STATION HRS 12 FIRS L.24 HR5 J6 HITS DAYS 1 sorb.11 1cmin ah-Paola men 7.tli5,10uh wand paid 3•'k,7 oh AND wan lien honors-alt dom.I cab 80 kW din.4ara470.2 ash 20'X30'polo ka40 with ode outdo and 0oora.I a.%2D Too Pedubk 113 AC for Taus,4 st,1.p Ian IigMurg,100 nod,folding dad.30 doh folding Idles 4 coach No N. No Yo I'd 4'wachooro fora.2I rush NIT 12/3 cnmsio orris,20 ta00 3.wef.74,1)70.,20 m.0 55 Om pd., r 1 ms,00ith 13 DAIIYRFYILNG 9722VICES FOR EQUIPMENT.N3.SYSTEMS DELIVERED. . INSTALLED AND 1)E)AOBRJ7ED. yi PER WEEK S 7,341.]0 WITHIN 61 WITOOl WITHIN WITHIN WITHN7 4 I FL TYPE I SILLLTER SUPPORT PACKAGE(GENERAL PUBLIC) )IRS 1 12 HP-8 , 74 IfAO 36 MRS D.Y5 I cut modal pale/Dol.2.00 40.0 moo li1th1 lowers•self wnourxd,4 ado or mreboae No.,2t wel Rd L 1/3 ammo.nerds,20 are.7 wo+ry whom,7.1 doh 5S galon pima.MA ew 0i0 tat.DAILY No No No Va. Ye, REFUELING SEANCE'S 700 EQUIPMENT.ALL SYSTEMS DELIVERED.NSTAIIED AND DHELTE tT.fll WITHIN WITHIN WITHIN WITHIN WITHIN 7 1 FL TYPE LA .SHELTER SUPPORT PACKAGE(SPECIAL MEDICAL NEEDS) PER WEER S 63,440•50 Hits Is Hw1 _341015 36 FINIS DAYS 1 0400 modal palls jwl 7,d..6 4000 won 11610 odd,-,000101 uoal.2 ad 23 Too Pn math 1YVAC with 001.001 Id building.8 ends 37'10.010,000 Gam.40 aid I'A 125 00040ioo tnx6,10 malt 10000,hoar. 2000E 15 Faun plastic adsoamt with Lijo.$010'211404010 ATO)R MAY ALSO OF RF131LRP.0 BUT No Mn No I'd V. WOULD NEFI3 TO RE WED TO 114 FACILITY.DAILY 01)6IFi1N1 SERVICES FOR EQUIPMENT. 1 ALL SYSTEMS DFILFRET. STALJED AN rim., ,WITHIN6 WITHIN WITHIN'013TKN WITHIN 9 l FL TYPE) MOBILE/FILED KITCHEN SUPPORT PACKAGE FWfiENT PACKAGE) PER WEER 5 71315.09 f[RS 13IFKS 24 FIRS 36 HRS DAYS 4 don 4000 wen lit vows-x0 I c0cb dl imam 0mtadd rcx:h nnkli0,,I,...h manual peon iu'I:, B+ ai,M I mot 40 k0.',he J gcarnnr, .0046 40'X40'pole Imu.nta ode auuvla and flow.2 call 2D Too 7.00114017VAC1'nr Ten,0wiling.rent lighting-150 coal A.M.Md.d0 0 0 70 11 1,0 46 6 1.1 0 1 6 k'0 I06k'00,0111 No NO No Yea Yd 52'mochas,f1.:.40 8001)107'12/3 ad min.nada,40 de/3-way opW1ui.20 etch 55 1.14011 pl0000 uafh ram Lath 100.DAILY REFUELING SERVICES FOR EQUIPMENT.A I.4)04'7.45 DE_IVEAID, IIUTAILED.AND DEMOBILIZED. 1 WITHIN WITHIN WITHIN WITHIN WITHIN 9 I FL TYPE II MOBILE/FIXED KITCHEN SUPPORT PACKAGE(NO TENTS) PER WEEK Y 1•5AU 71 Fits 471115 24 HRS 36 HRS DAN'S 1 oat 011 Loam oheo.M0 r00 fui,Jiln.I mch nonual pals att.7 01•51 4000 woo Spa L o er,•0L' 1104470111.I cxb SD kW•had 40a4tur.4 cons 57'.wrebuuse I'en..DAILY REFUELING SERVICES No No No Ye. Yo FOR EQUIPMENT.ALL 0/003374/LIE:LIVERED INSTALLED AND DEMOBILIZED. PEE WEEK S 4,600,20 WIT/UN 6 WITHIN WITLUN WITHIN WITHIN l0 PL TYPE) .FNPAC(SANITATION PAC145G&!3600 PERSONS PER DAY �5 .n UV 24 HES 1_36 HRS DAYS 20 eat pan poni0.4 r-xi ADA ponies,9 eat,Mod won,mood.2 old.k:Cu Yd mll+,ff dmpw-r.Ala i nice TWICE I3AI Y vomits Ind sernae.ALL 2337/3145 DELI VERID.INSTALLED 4140 No No No Yo I Yet DFloIl7RR.IZ100 2}00.10 WITHIN 6 WITHIN W I(TO14 W I ICON WITHIN 7 FL TYPE II SANPAC(SANITATION PACIGAGE)1800 PERSONS PER DAY I PER WEAK 5 Hai I2 IHt5 74 HRS M HRS DAYS W cut puAs pomu.l eoch.ALA P0110,0.0 wtla Mod w.sb sesuoms.I Dell)3 Cu Y0 7000140.pma.,Ulf i No No No V. 13 011 o DOILY 00400 am esr0m ALL SYSTEMS DELI/IN1FU.INSTALLED AND Da40G212ED. I 1'_ I FL TYPE LII SA.NPAC(SANITATION PACIUGEI TWO PERSONS PER DAY PER WEEK 5 2,706.0(1{F6'TIHLN 6 WITHIN W IllIIPs' WITHIN WITHIN i , C ,a_ 4,11 - I, tit, I 6 dm pwt0 pWUa.I cols ADA pv00eX 3 7000 band man ataam.2 cad 2 Cv y'd.1vtyxa All with No No Nu^ Ycd 1'e, ._ LA1L 1'suryOs uoa tom.ALL S YSTEI+IS DELIVERFy A,INSTALLED ND DENSUBILIZEIN h WITHIN 4 00'ITHIN WITHIN WITHIN WITHIN i 11 I FL TYPEN SANPAC(SANITATION PACKAGE)300.750 PERSONS PER DAY PER WEER 5 457730 HAS Ia)ra 24 HRS 36 HRS DAYS 6 en0S pu00 patios I cam ADA paua 2 ooh nod wvas rnml0,1 do,I Cu Yd da me0 All wt. NO N. Ni Ye. 1'e. DAILY optic.end.4,1.ALL SYSTEMS DELIVERED.INSTALLED AND DEMODR1iED. PER WEEK Y 09AJD.00 WITHIN 6 WITHON WITHIN WITHIN WITHIN 7 14 /BAS TYPE I MOBILE XlTC11EN . S PS 24 •S 6 tt S MY-_-,, II dam.2 wo1..oa:Uw4 Lo00 Fwd 3.1025 Ca 46.1.Duo hr Kamm ry promo,a Over pro-91.p./in a thank or 11.0100..1 nod our apames.thodon a m omum Of hm 1_).Od4.a 400(lvaGJdiro0L cm o2.re1e fa 1 di in ON told without ravppl(.7 14.16 Om:ago Viler,Faehk Was•Au-ma:olim a Ilohlio wad dud 41 0g4ng ad,1d 1570101.',polbla,in maim)•dims.1 2 701)0 Mit d 4aglnls alp Lo 1,0010,ms6 per day mcr,Go.ur Died-nvilabie at saved mach.or Mains ad Prnpara-.v l-hle a uvim mitha or 10 No No 5,0 Yn miming Ind;Wnue W 01 0 Kama(@rap01010)•a u M.li„n or mpg any Bacon lr•a 0agin)am,51 asvlalta dal Onuum.lCdntb.o).3.NJ'14undiwdloin wisps.2.063 Q6 doily Picnic Parts,2000 Qtr daily 3-Comp'0000l Ci.noi011..Foal/mod mo.hl II a arc hoof sgtn Fading WAS of 4s muse 6.04. 0,410. 00.and 6 n_trw1. Nom Mal cowl.an Sl7/brekto.412940.01 and S271di..or p.r soma per day.7111 eankgeraom IF 3. ,4..iri wrzed wit. WI'1T3/N6 WTI'FtiN WITHIN 1 IN/THIN Av RT4[N Ti U. I 1 f9W0 TYPE II MOBILE KITCHEN PER WEEK S 29.120.OU MIS 11 HRS 14 HRS 1 36 NR.: PAYS I AshBhtt,Inc, 9119/15 Attachment ) Packet Page -1177- 1/12/2016 16.C.1 . • • 1 Wear.t unker,Urit L00+ls Font 5c0 Casirnl.1)rdl b^r tLa.ms to prwe s a deboo prryvnperud a I I 1 a mobile or manna,000 ale eap><'o Frame a minimum of two L21 mole a day 0uabWinony can ipiaak k.L Jay in We PM.nosier Reapply 1 I4-fad Largo amid-Potable Was•A,xa0b.bty ie public 000000 non w 0.110111 acv,lot domed potable be,nryma)-amwnun Ifl paid J.dy at 0apong span.Gw-I Up to 1,000 meals per d.y...dada der a revise vain or anise arm Pltppne•.oOmnble in woke Hain,ur wagio0 deer:Wind Wier No Na No Yss Ya Reword(grewhin<Y V.in...on draaping ors:Oloopeta-N caging ems:20 iaalated sao9 000twans (Camino f,2,103)quetuiw Jolly cups.1,300 TN)duly PkW a Puma,1.300(ay,luny]•o.opmmwnl • ClaxleD.,Food unioo eep.blli100 at kosd wpm serving win oe 0-m Mtn,6a..regenlda,sod 6 as Suit, .No..Mad meta an S17/on.klvt,320flune t an 3221dlomr per panes per day.This 0000'.rsrtav ... - It1•0*S 4-oo.Iwno ed Lola, - .._..... ......, _.. .. _ ... 16 I NIMS TYPE III MOBILE ITCHEN PER WEER S 29520.00 WITFRNS Wl00$ Wl01)10 361080 wfixDp 7' }IRS 12 HAS 211015 36 FIRS DAYS 1 darer,1 worker,Unit Lode Food 8WCly CnriG.d,Uoit bat Bonin to pmp0e a i diva Rsprepmad In I 0 mobile in teulau 7 fiend.1E ap.aey;Rowe 0 oinnosu of two(21 orals a Joy(untfir nn n,do opukne far I day io toe Odd addend resupply,112.400 can Lair Poiarie Wan-Aomo,ob.G0 to public 0001 at moping 2000.leiWaged.potable,in owlets).Mann 1/1 panel dads alnayiap We.Gas• Up e0 750 moth par Lay *onoble.r wnioa ma000 a oaumg 0V.:Prop.o<-wmliale to soma Patin u r aspire are,:Wai.e Wm No No I NPs re Par Ramrod tpaylblwi)•at•stain ur wiping one:Dumpwr-d v.gmq ML 15 wtdvvilood e manners (Cannot I.3wt 9000000 idly crypt.1,900 Qty doily Fula:Parks.1.000 Qr.daily]•Covp.n.mai Manahan,Food screw capabilities are based upon...nag tam of gas.on.,Av.og.oblrx and 6 tor. that. 'Nate,Ma)mot.are 017/bre.kfut,320Aumb on SZ=Nlno.r per pan.pa Jay.1 ne a 4 courahorrind 0afir. 17 I NIMS TYPE IV MOBILE KITCJ;ETr PER WEIR F ""—*00 WITHIN. WITHIN WTIHLN' WITHDI WITHIN 7 HRS 12 HAS 24 HRS 36 HRS DAYS _ 1$000,,I uwkul 1.1nit[soda Fond Salary Corned;Unit be,Amnion n prepare or deliver pep'pa.d in mink:orlon/navy:Ind We unwary,Papaw a minimum 01 our l2)ends a day OunnAlowe,con op<rde 00 1 doY in Mika,:within impala..I L2-lout moo trader13 Potable Woo•Mxn»lab*to polka per der wand sonic at sauna area:leclbaggni poable lanol00)-inuumd1/a papa duly a Anion arm Gas- Nor NO N 4'.. Yes UP n 100 mule y avail abler mow slang or*adios 0001:Propane•available a Sirs salmi a stamp arc,%I a<W ova Ra no.:(83ay*Iot3-a a anion err swamp us:Dunlpsla-al rapuie=IL 10 n0Wrcl sod container (CannrroO 1,106)wonder daily.lulu.750 Orr ddN Purim Puck,270 Qty dally 2-Cmoinenew Clamlvllt, Food service espsbilit'tea arc bend upon same van of Ran.nouns 6.00 ocpaubks,M6 02-Doll • 1I Nuee:Med cork are Se,/bnWaat,020000000 and 5170d1nur per penal per dap.TW.eon00annm I,I net 0 4 eon...trieed anti. IA I L NIMS TYPE Rl FEUD KITCHEN I PEA WEEK 5 110.0*0,W WITHIN 6 *171(100 "TRIP' WITHIN WITHIN 7� HAS II HAS ]{HRS 06 HIS DAYS L I ( I mmapa.20 000Imr Umt Lain Pea/5akiv CuniOol 3 chino 1kf'Boo linos 2 20•kut RefrigSrmd I � Traitors.2 Outdoor Fa 100(0,EloOcoJ him--lad line or p romten Pointe Wain 0.0. •fvbb0 wan ill■IICE 02,0014100 3.00 pallor worm with apNmtioe Gump and temp,Sawed Ihe•Minimum a puliela Up W 10.000 mad.per daily:Furl-On a Plael&nay evailebiliwr to fill w-010birop tad(:Panne•Denny.ability to till uo- J0Y silddnp230-paw wale Waste Wlea-eoiehand rowing tpayAriodr2 Duopoa-140.*yod,o0) Na No No Vol Yes li euWetd fo,14 cooltiw+0ICamum),10.000 guwuly Wily cup..10,000 Qty Joi17'Piooic Park.10.000 Q6 Jolly J-Cunauuurvm Cl.mabdls.Uw1 prgnm fall foe Jived since delivery or can sena.r bob and spoke disu;lneion with End service-Wil v).win.930/1 000003 upa1('itia eh hosed wpm mule arse of 8.a. . mtnn ei-m.regvod.,and 6 or.boo,Poopo,e minimum dim t2)mods per Jar rlundJdutsa',. I Noir.Meal rune an 3I70bn.13art.520/Wash and 527Wi.ner per r000n par day.Pricing%wild for • 0)010*nernan with snit Ind.lr.wMnr. II , ' MINIS TYPE IV FIXED KITCHEN PER WEEK F 08,563.00 001719006 WITHIN WITHIN WTTNHi' WITHPI7 HRS I:HAS 14 HR. 36 HAS DAYS I auoOga.15 worker.Unit ieada Fool Safely 500(100',116-Irnv Uri'Box trailer.1 20.1010 Range-nod Trailer,1 110(00or FOakl(0,Elnuiicd Prim-mil Wear a denantol,patobh Wain Accts-Pd.R<was 2012004 01(mi0000un 2,000 gallon Lanka with apprupnet0 things and pap.Dapped Ire•Manua,a pause Wily.Fuel•0u a Dine&gi vry nmJ.bility to Oil at-aldWoe wick.Prop.oc•Deli.cn'.Indira.,011 on- Op re 5,1M.3001 per nay nttl0mp 250-p011un Ink,Wan Wale-web o:d remove.(pu3A in.).Dimpaa.I mast yard.200 No N. No Yn Ya 0001011 food wmioea l5aobrat S,00u qua.*Judy cups.0,0(03 Qty.wily P000 PA,(.000 Qo,10ol• 3-500p:otmav CWOrsheilt.Uoii prow.Ind for Jon:t oor000&Ovary or:an nova but,cod spots 1I .i Jimibwion mm Lad soviet ddi,ady wild,}sad wow.capabilities are bated coca sming saes of 1ou auan.6a.0060ablea.dodo va.4uit;Pr(tire non.of 100 ti)rants par day I W000013er). 1300101 Meid ewer are Sl7A.reaidooO,120lluarb and S7lldlaeer per pens.par dry.Prima v.0d oar 10(11.penny with sort ion raro:tures 'pas ow is mw 0650(05)0 tra.apur0adrn Coot. • AshBritt,Inc. 9/19/15 Attachment �^ .1 Packet Page -1178- 1/12/2016 16.C.1 . Emergency Power Generation Rental Price Schedule Supplemental/Ancillary Service Fee Schedules: Collier County.Florida(Solicitation No. 15-6365) ITEM DESCRIPTION 'WEEKLY RENTAL RATE MONTHLY RENTAL RATE 1 10 KW Generator $ 654.36 $ 1,963.08 2 .. 15.KW Generator $._. 6543 $ 1.,963,08 3 25 KW Generator 5 936.77 $ 2,810.55 4 50 KW Generator $ 1,446.48 $ 4,339.44 5 75 KW Generator _ $ 1,790.88 $ 5,372.64 6 100 KW Generator $ 2,135.28 5 6,405.84 7 175 KW Generator $ 3,099.60 $ 9,298.80 8 250 KW Generator $ 3,857.28 $ 11,571.84 9 300 KW Generator $ 4,408.32 $ 13,224.96 10 350 KW Generator 5 5,372.64 $ 16,117.92 11 500 KW Generator S 6,888.00 $ 20.664.00 12 750 KW Generator $ 8,265.60 $ 24,796.80 13 800 KW Generator $ 8.816.64 $ 26,449.92 14 1000 KW Generator $ 11,020.80 S 33,062.40 15 1250 KW Generator $ 13,776.00 S 41,328.00 16 1500 KW Generator $ 16,531.20 S 49,593.60 17 1750 KW Generator $ 17,908.80 5 53,726.40 18 2000 KW Generator $ 20,664.00 $ 61,992.00 19 Cables(400 amp)50 ft. $ 51.66 $ 154.98 Notes: 1. Generators will be delivered with a full tank of diesel,The generator must have a full tank of diesel at time of pick-up or there will be a per gallon rate charged for the required fuel. 2.The customer is responsible for the generator until the generator is picked up by Texas Power and Texas Power releases them from liability once the generator is inspected. 3.Fueling will be accomplished on an as-needed basis. The per gallon rate will be determined at time of event,to include the delivery fee. Smaller generators may require more than one visit per day if running 24-hours a day. 4.If the personneliequipment package is not used,and fueling is required for the rental generators;Fuel trucks will be available for a daily rate(24-hour operations)at$8,265.60 per day.This rate includes the truck and two(2)drivers,lodging, per diem,and has a three(3)day minimum lease period.An additional option would be a fuel truck with a single driver for 12- hour operations,at a 12-hour rate of$5,787.15,This rate includes the truck,an one(1)driver,lodging,per diem,and has a three(3)day minimum lease period. The number of fuel trucks will be based on mission requirements. 5.Generators are rented at the weekly rate,triple shift.with a 1-week minimum rental period,or at a monthly rate. 6. Transportation/Freight fees for rental generators is not included in above pricing and will be based on distance from the closest provider to the delivery site.Transportation and freight fees will be quoted for mobilization and demobilization at time of event. AshBritt,Inc. 9/19/15 Attachment 1 7 l �iJ Packet Page-1179- 1/12/2016 16.C.1 . Heating&Air Conditioning Equipment For Community Shelters&Other Facilities Supplemental/Ancillary Service Fee Schedules:Collier County,Florida(Solicitation No.15-6365) DELIVERY RESPONSE TIME Rent# NIMS TYPE DESCRIPTION DAILY RENAL WEEKLY RENTAL WITHIN 24 HRS RATE^" RATE^•` I Type V 5-Ton Air Conditioner Unit $ 612.00 $ 1,224.00 X 2 7-Ton Air Conditioner Unit $ 688.50 $ 1,377.00 X 3 10-Ton Air Conditioner Unit $ 765.00 $ 1,530.00 X 4 15-Ton Air Conditioner Unit S 1,071.00 $ 2,142.00 X 5 20-Ton Air Conditioner Unit $ 1,224,00 $ 2,448.00 X 6 25-Ton Air Conditioner Unit 8 1,377.00 $ 2,754,00 X 8 35-Ton Air Conditioner Unit 5 1,530.00 $ 3.060.00 X 9 40-Ton Air Conditioner Unit S 1,682.00 $ 3,366.00 X 10 50-Ton Air Conditioner Unit $ 1,836.00 $ 3,672.00 X ! Type Ill 60-Ton Air Conditioner Unit S 1,989.00 5 3,978.00 X 12 70-Ton Air Conditioner Unit $ 2,448.00 $ 4,896.00 • X 13 75-Ton Air Conditioner Unit S 2.601.00 $ 5,202.00 X 14 80-Ton Air Conditioner Unit $ 2,677.50 $ 5,355.00 X 15 Type IV • 40-Ton Air Cooled Chiller Unit $ 4,284.00 $ 8,568.00 X 16 50-Ton Air Cooled Chiller Unit $ 4,896.00 $ 9,792.00 X 17 60-Ton Air Cooled Chiller Unit $ 5,049.00 5 10,098.00 X 18 75-Ton Air Cooled Chiller Unit 5 5,202.00 5 10,404.00 X 'Does not include$6,50/mile transport cast **Generators must be returned with same amount of fuel as when they were rented. Fuel cost not included. DELIVERY RESPONSE TIME Item# NIMS't'YPE DESCRIPTION DAILY RENTAL WEEKLY RENTAL WITHIN 24HRS RATE^" RATE^" 19 100-Ton Air Cooled Chiller Unit 5 5,355.00 $ 10,710.00 X 20 125-Ton Air Cooled Chiller Unit $ 6,120.00 $ 12,240.00 X 21 _ Type V 150-Ton Air Cooled Chiller Unit $ 6,885.00 $ 13,770.00 X 22 170-Ton Air Cooled Chiller Unit 5 7,650.00 $ 15,300.00 X 23 200-Ton Air Cooled Chiller Unit $ 9,180.00 5 [8,360.00 X 24 Type V 50-Ton Air Handler $ 918.00 5 1,836.00 X 25 100-Ton Air handler 5 1,147.50 $ 2,295.00 X 26 120-Ton Air Handler $ 1,224.00 $ 2,448.00 X 27 Type III 20 KW Heater Unit , $ 306.00 5 612.00 X 28 40 KW Heater Unit $ 382.50 5 765.00 X 29 Type IV 100 KW Heater Unit 5 1,147.50 5 2,295.00 X 30 Type III 150 KW Heater Unit 5 1,377.00 5 2,754.00 X 31 150 KW High Temperature Heater Unit $ 1,377.00 5 2,754.00 X 32 1125 CFM Desiccant Dehumidifier $ 765.00 $ 1,530.00 X 33 2250 CFM Desiccant Dehumidifier 5 1,530.00 $ 3,060.00 X 34 4500 CFM Desiccant Dehumidifier , $ 2,295.00 5 4.590,00 X ^Does not include$6,50rmile transport cost. **Generators must be returned with same amount of fuel as when they were rented. Fuel cost riot included. Item# Job Description Daily Rate Overtime Rate PER ADDITIONAL HOUR 1 Installation Technician-Monday-Friday $1,224 $230 2 Installation Technician-Weekends $1,836 $230 3 Installation Technician-Holidays $2,448 $306 4 Generator Mechanic-Monday-Friday $1,224 $230 S Generator Mechanic-Weekends $1,836 $230 6 Generator Mechanic-Holidays $2.448 8306 rc, AshBritt,Inc. 9119115 Attachment k\-__..O/ Packet Page -1180- 1/12/2016 16.0.1 . Emergency Fuel Deliver,/Management Price Schedule Suppletnentnl/Anelliaty Service Fee Schedules:Collier County.Florida(Solicitation No. 155-636.5) No. Item/Equipment Description Rental/Labor Rate Unit F001 550 gallon dual wall tank Portable Storage Tank(Secondary Containment) $172.20 Per day F002 1,000 gallon single wall tank Portable Storage Tank $172.20 Per day F003 1,000 gallon dual wall tank Portable Storage Tank(Secondary Containment) $241.08 Per day F004 6,000 gallon or greater tank -Portable Stora Be...Tank-•• - ..• $482,16 Per day • - F005 112 Volt Fill-Rite Pump Fuel Pump 13 GPM includes nozzle $61.99 Per day F006 Portable Tank Delivery/Pickup Delivery/Pickup Charge $206.64 Per hour F007 Portable Tank Cleanout Per Cleanout ofportable tank(if required) _,. $688.80 Per service F008 Truck with Man Transport Truck wttrailer or Bobtail Truck 11241.08 Per hour' F009 Mobile Fuel Station 12,000 Gal capacity an trailer $241.08 Per hour' FO10 Frac Tank 20,000 gallon frac tank $757.68 Per day ('01 1 Labor Man to operate fuel station or fuel vehicles $103.32 Per hour Note' Additional Storage Tanks ranging from 250 to 20,000 gallons are available upon request Requires 24 hour miutmum notice No. Item Description Purchase Price /b Unit Locked-in Market rate F100 Fuel Gasoline/Diesel/Aviation Fuel at the tune of the Per gallon. event Notes: a.Rental/Labor Rate begins when equipment or labor leaves the facility and ends upon its return to the woe facility.Reasonable lodging expense may apply. b.Fuel rate based on daily published average gasoline and diesel rack prices from Oil Price Information Service Net(OPlSNet.corn)for Houston,Texas(OP1S rack city),plus applicable federal,state and local taxes,delivery,administration and overhead costs Aviation fuel based on OP1SNet jet Fuel Report for Gulf Coast Market (5 Day Average),plus applicable fees,federal,state and local taxes. Description of service: A self contained generator powered system designed to meet the emergency fuel response needs of government and commercial entities This unit combines high volume fuel dispensing capabilities along with maximum portability features Features: -Total fuel storage capacity-12.000 gallons(One I OK tank and two l K tanksl -Tanks arc dual walled(secondary containment)&are Flame shield NFPA 30 rated. -Mounted on a 53'drop deck trailer •Six high volume fueling points with hoses on reels -Fueling points have meter registers -Grounding cable for vehicle re-fueling •20KW diesel generator -Lights for night fueling -No special transpunation permits required •Equipped with spill response kits. 'Air compressor •Lubricants storage tank with dispenser Nine Equipment/Units subject to availability Ash&itt,Inc. 9/19/15 Attachment Eck Packet Page -1181- 1/12/2016 16.C.1 . Temporary Office Trailers, Mobile Command Center Price Schedule Supplemental/Ancillary Service Fee Schedules:Collier County,Florida(Solicitation No. 15-6365) Office Trailers Single Unit Dimensions:Width=8',Unit Length=20' No. Category Rate Unit OT01a Setup Fee: $ 1,930.80 One time OTO1 b Single Unit $ 670.93 Per month Single Unit Dimensions:Width=8',Unit Length=28' No. Category Rate Unit OTO2a Setup Fee: $ 2,149.06 One time OT02b Single Unit $ 819.44 Per month Single Unit Dimensions! W'id;1i= 10',Unit Length=24' No. Category Rate Unit OTO3a Setup Fee: $ 2,862.61 One time OTO3b Single Unit $ 1,037.84 Per month AshBritt,Inc. 9119115 Attachment Packet Page -1182- 1/12/2016 16.C.1 . Emergency Pumping Units Price Schedule Supplemental/Ancillary Service Fee Schedules:Collier County.Florida(Solicitation No. 15-6365) Rental Per Hour/Day(Basic Package) No. Description(Pump Size) 'Rate(Per Day) Rate(Per Haur)_/a EP001 4"Trash.Pump Package . . ..._ . _ .. . 1,411.77.__$ 153.77 ... EP002 6"Trash Pump Package $ 2,151.31 $ 215.13 EP003 6"Hydraulic Pump with Power Pack $ 2,340.00 $ 234.00 EP004 8"Hydraulic Pump with Power Pack $ 2,730.00 $ 273.00 EP005 10"Hydraulic Pump with Power Pack $ 2,800.00 $ 280.00 EP006 12"Hydraulic Pump with Power Pack /b $ 3,200.00 $ 320.00 .EP007 12"Centrifugal Pump(up to 115 ft.total head)_/b ' $ 1,870.00 $ 187.00 EP008 '18"_Centrifugal Pump(up to 200 ft.total headVio head) . $ 2,810.00 $ 281.00 EP009 ,24"Axial Flow(up to 120 ft.total head) /b $ 3,145.00 $ 262.08 Notes: 1.Transportation,mobilization/demobilization charges not included(to be charged cost plus). 2.Includes suction and discharge hoses. 3.Includes installation,service and routine maintenance. 4.Pump watch services, as applicable,$910.00 per day per pump. 5.A minimum pump usage charge of 12 hours(day rate)will be effective upon official client Notice to Proceed, Task Order,Purchase/Deployment Order or work area relocation request or other reasonably unnecessary interference(once deployed)whether pumps are operational or not(with the exception of routine maintenance and/or pump or operator failure). Pump down time attributed to client relocation requests or cease orders to accommodate some other activity will be a considered a billable hour. 6. Surplus pumps officially authorized for deployment by the client and not utilized will be subject to a minimum usage charge. 7.Items subject to availability. a.Rate per day is effective rate per 12 hour period. b.Ten(10)day minimum applies to pump services. Mote.Fuel withal ges may apply cost plus(negotiable at tams of1,11P.'ti'ork Order,as apphcable). AshBritt,Inc. 9/19/15 Attachment CA Packet Page -1183- 1/12/2016 16.C.1 . Hazardous Materials General Labor Price Schedule Supplernenta1/Ancillary Service Fee Schedules: Collier County,Florida(Solicitation No. 15-6365) No. Title Level Abbr. Rate Unit T-lZLO.i Project Manager Upper Level ULM $281.9.1 Per hour HZL02 Mid Level Manager Middle Level MLM $161.30 Per hour HZLO3 Professional Upper Level ULP $196.94 Per hour Middle Level- MLP $150.99 Per hour Lower Level LLP $120.02 Per hour HZL04 Technical Upper Level ULT $126.90 Per hour Middle Level MLT $95.76 Per hour Lower Level LLT • $68.65 Per hour HZLO5 Secretarial/Clerical $71.68 Per hour HZL06 Equipment Operator $59.90 Per hour HZL07 Laborer $43.90 Per hour HZL90 Per diem $135.58 Per day AshBrttt,Inc. 9/19/15 Attachment Packet Page -1184- 1/12/2016 16.C.1 . Hazardous Materials Equipment/Materials Price Schedule Supplernental/Ancillary Service Fee Schedules: Collier County.floritia(Solicitation No. 15-6365) No. Description Unit Price Hall Personal Protective Equip.,Level A(DuPont RS562T) Per Unit $1,163.00 HZ1v12 Personal Protective Equip.,Level B(DuPont R3123T) Per Unit $514.00 HZ1Vi3 Personal Protective Equip.,Level C(DuPont C2127T) Per Unit $254.00 HZM4 Cascade Air Filtration Panel Day $140.00 17E1\45 Air Filtration Panel Day $182,00 HZM6 Airline Respirator Day $273.00 H7-M7 High Hazard Personnel Decontamination Per Kit $52.00 1-1Z,M8 Low Hazard Personnel Decontamination Per Kit $20.00 _ H2M9 Personnel Retrieval System Day $182..00 HZ.M10 Personnel Retrieval Harness I Day $35.00 HZ1V111 Combustible Gas indicator Day $95.00 1-11M-12 . Toxic Gas Detector Day $175.00 HZN1t3 Photo ionization.Detector Day $110.00 H211414 Hazmat Kit Day $425.00 HThll 5 Hand Auger;Stainless Steel Day $20.00 HZ1V116 H.and Operated Transfer Pump_ Day $85.00 HZMI7 l'' Diaphragm Pump (1" ) Day $163.00 HZtvil 8 2' Diaphragm Pump (2") 1 Day $208.00 1-1Z1v119 2' Diaphragm Pump S.S. (2"S.S.) ' Day HZ1v120 3" Diaphragm Pump (3") $425.00 ___ 1-1Z1v121 6"Diaphragm Purnp (6") Day $1,280.00 HZ:v122 1" Suction or Discharge Hose (1") Day $46,00 H2M23 2" Suction or Discharge Hose (2") Day $70.00 HZ-N424 3" Suction or Discharge Hose (3") Day $90.00 _ 1 1-1.ZM25 6" Suction or Discharge Hose (6") Day 1 $145.00 117_1v126 2" Chemical Suction or Discharge Hose (2") Day $140.00 HZ1v127 3" Chemical Suction or Discharge Hose (3") Day S1 g0.00 _ HZ1vI28 6"Chemical Suction or Discharge Hose (6") Day $650.00 _ . 1-121N129 Electrical Cord Station 50' Day $55.00 .FIZM30 Spike Bar - Each $65.00 HZ1v1.31 Airless Spray(With operator) Day $275.00 17LZ(v(32 Pressure Washer(With operator) Day $255.00 HZ1\433 Water hose Section(Garden) Each $35.00 171211\434 Cutting Torch(With operator) Day $175.00 _ HZ1v135 Wire Welder(With operator) Day $225.00 HZ1v1.36 ,kir Blower (With operator) Day $I0 :1-IZNI3 7 1-1. P A V a c (Witii operator) ; Day $480.00 H7...N4118 Barrel Cart Day $15.00 RZN139 1.Wheeibarrow Day $35,00 1-121):140 Oil Dry Spreader , Day $18,00 _..._ Hay141 Traffic Control Vest,Cones,Flags,Barrels,etc. Day $55.00 HZIY142 Drill wi Bits Day $40.00 HZ.M43 J.Grounding Cable and.Rod _ Day $45.00 HZIN;144 ICircular Saw Day $45.00 171Z1V145 Hand Tool per employee*(shovels,brooms etc.) Day $40.00 HZ1\446 Tool Kit(Hammers,Pliers,Screwdrivers) Day $75.00 HZ.M47 Wrench Kit(Bung wrench,speed,etc.) Dav $55.00 HZ(v148 StepLacider Da $12.00 HZM49 'Extension Ladder Day $20.00 1-1,ZM50 !Photographic Equipment Day $125.00 HZN15 I 11-evel A Suit (Kappler Responder) Each , $1,040.00 HZ-1\452 lLevel B Suit (Kappler Responder) Each I $4 5 5.09 0 & xisnBritt.Inc. 9119/15 Attachment Packet Page-1185- 1/12/2016 16.0.1. Hazardous Materials Equipment!Materials Price Schedule Supplemental/Ancillary Service Fee Schedules: Collier County,Florida(Solicitation No. 15-6365) No. Description Unit Price FIZN453 Level C Suit (Kappler Responder) Each $225.00 - FIZM54 Proshield (DuPont• NG127s) Each 31.5.00 PI23s4.55 Saranex(DuPont SL127T) Each $30.00 HZM56 Acid Suit Each $125.00 HZM5? Rain Suit Each $45.00 FilM58 Neoprene Gloves,Pair Pair $15.00 1E1\459 Nitrile Gloves,Pair Pair $8.00 H.ZM60 Silvershied Gloves Pair $15.00 1-17,1\46 l PVC Gloves Pair $10.00 HZM62 Cotton or Latex Gloves Pair $5.00 1111.463 Leather Work Gloves Pair $20.00 HZ1v164 PVC Boots(Haz Mat) Pair $42.00 1-12M65 Boot Covers Pair $12.00 HZ1V166 Hearing Protection Pair 51.00 HZ.M67 Detector Tubes Each $18.00 HZM68 Ph Paper Pack $35.00 HZ1\469 Spill Classifier Each $15.00 1-lilv170 Respirator Airline SO Section Each $225,00 1:73.17 I Respirator Cartridges Pair _ 535.00 FIZIY172 Handheld Radios Each $75.00 ---4 TIZ:1%,17.? 5"x10'Absorbent Boom-Petroleum(CEP-W.B5 10) Bale of 4 $140,00 ----i- H_ZM24 8"x10'Absorbent Boom-Petroleum(CEP-VvriB8)0) Bale of 4 $202.00 HZM75 3"x 12'.Absorbent Boom-Universal(CEP-HAZSOCIO) Bale of 4 $91.00 HZM76 Absorbent Pads Bundle-Petroleum (CEP-Vi,T100H or equa)) Bundle $114,00 H 7,M77 Absorbent Pads Bundle-Universal(CEP-OPP15 or equal) Bundle 5135.00 1-.7_1\478 Oil Dry(CEP-FLABSO or equal) Bag(4010) $19.50 HZ/A79 Peat Moss (CEPE.XSORB or equal) Bag $45.50 Hniso Vermiculite (CEP-i'v'ERN,-14 or equal) Bag $39.00 I-I2M81 ,Soda Ash Bag (CEP-SODASH or equal) Bag $39.00 HZ1v1.82 4 mil 20x100 polyethylene(4 roil) Roll $91.00 HEMS) 6 mil 20x100 polyethylene(6 mil) Roll S115.00 HZ.M84 16 mil bags (6 mil) Case S92.00 11ZN.I."6 5 duct Tape(WA) Roll 57.00 HZ.N486 55 Gallon Drum Oversoak(CEP-1230YE or equal) Each $110.00 liZM87 55 Gallon Drum Liners ((0 mil) Each $11.25 HZ1v1S8 Fiber Drums(55 tiallon) Each 555,00 l'IZMS9 10 Gallon Overpak(CEP-1230YE or equal) Each r s, 15.00• FiZM.90 95 Gallon Overpak(CEP-1237YE or equal) Each $275.00 1-1Z.491 tDOT Hazardous Waste Labels, t DOT) Box $46.00 112,tv192 !Fire Extinpisher Each $75.00 HZ,M.93 I Cautionilia4ard Tape Roll 512.00 H211/.494 1Respirator Wipes Box ) $20.00 .HZ,Iv195 1ChernTape , 10'roil (Kapplei ) Roll 1 $19.50 Note: • I.Transport(0-100 miles one way)and disposal of petroleum contaminated soil. 2. includes pump, 100'of header pipe w/well point 5'o.c.,jet installation not to exceed 12'deep. Set U .take down,mob and demob is I charge at the weekly rate. Note.:items subject to availability.Fuel surcharges may apply tmmgoubie a:time of NIT). AshBritt,Inc. 9/19/15 Attachment Packet Page -1186- 1/12/2016 16.C.1 . Commercial Divers &Diver Related Equipment SupptementaliAncillary Service Fee Schedules:Collier County,Florida(Solicitation No.15-6365) No. Description Unit Price Notes CDOI Section Barges-loft x 40ft Each $4,612.50 Monthly rental only CD02 Sectional Barges Spud Pockets Each $799.50 Monthly rental only CD03 ..20ftSpud-Pales-for Barges... .Each. ... .$600..00.... . Month1 .rental.only CD04 Barge Deck Cleats Each $75.00 Monthly rental only CD05 Wood Barge Mats(5"x 4'x 20')for Cranes Each $307.50 Monthly rental only CD06 Hydraulic Push Unit for Sectional Barges Each $9,225.00 Monthly rental only CD07 Commercial Dive Supervisor-Reg Hour $156.83 CDOS Commercial Dive Supervisor-OT Hour $215.87 CD09 Commercial Diver-Reg Hour $143.91 CD1O Commercial Diver-OT Hour $215.87 CDi l Commercial Dive Tender-Reg Hour r $104.24 CD12 Commercial Dive Tender-OT Hour $156.36 CD13 Portable Shallow AirDivePackage-EquipmentOnly Day $1,045.50 CD 14 Portable Shallow Air Dive Package-Truck Mounted _ Day $1,414.50 CDI5 Underwater Video System-30011 minimum _ 1-. Day $461.25 ., CD1 6 Contamination Dive equipment-one set Day $584.25 CD17 Work Skiff-l4ft-w/motor w/2 man crew Day $2,100.00 • AshBntL Inc. 9/19/15 Attachment ,...,.-fl, Packet Page -1187- 1/12/2016 16.C.1 . Generator Deployment and Assistance Plan—Collier County Emergency Services ➢ Proposed Services & Resources: Generator Technicians for(12)Primary Evacuation Centers Overview ASHBRITT,INC.is prepared to commence deployment of on-site generator technicians at each of Collier County's twelve(12)primary evacuation shelters to receive a compliment of portable generators.This will include:SKW and 45KW county-owned machines as well as rented generators. These machines are to provide temporary power at these facilities, They are to be connected to on-site "spider boxes," with county-provided extension cords, portable lighting,fans,and spot coolers.Our on-site technicians will do the following: • Be permanently assigned to the shelter to work closely with the plant manager and shelter manager to temporarily and safely set-up and pull primary service power cords and extension cords throughout the building as needed. • Ensure safe operations and-safe power cord management and make hourly inspections. • Monitor the load on each generator deployed for safe operations. • Monitor the fuel consumption and refuel with fuel cans provided.It is our understanding that the contractor does not provide fuel.The contractor can supply fuel,with fueling assets,if required. All equipment,personnel,and fuel pricing will be negotiated at the time of the event, at the request of Collier County. • The contractor can perform the following activities,in addition to the requirements of this proposal: generator 240-hour service,fueling,facility electrical assessments,provide MTHE equipment/operators,and provide transportation assets. • Remain on-site until the shelter is closed,and the equipment returned to the Emergency Operations Center.The responsibility of the rental generator would transfer to the facility owner once contractor staff leaves the installation site. • Provide documentation,and if necessary,photographs of the operations,including personnel time sheets, hours of run-time on the equipment,and suggestions for improvement. • Assist with set-up and demobilization as needed. • Be mobile with a vehicle and cell phone communications. • Work a 12-hour shift(0700-1930)with a 30-minute lunch break.If 24-hour operations are required, additional Electrical Installation Teams and vehicles can be negotiated. • All electrical work will be performed by electricians who are licensed or certified. For safety purposes,all electrical work is accomplished utilizing two person teams,(Electrical Installation Team)with the team leader being a certified master electrician or licensed journeyman, electrician, Connections to load are done in accordance with NFPA-70 and all local codes,rules and regulations,and generator manufacturer's specifications. • Personnel must de-energize live circuits before performing work.Also,personnel must perform a safety inspection of circuits before energizing them. ➢ Proposed Pricing For The Above Services: Twelve(12)Electrical Installation Teams with vehicle 12-Electrical Team Leader 12-hour shift $1,003.16 per shift 12-Electrical Helper 12-hour shift $674.53 per shift 12-Vehicle for Electrical Install Teams 12-hour shift $184.50 per shift Notes: 1. The daily rate will be charged from"portal to portal,"beginning at NTP. 2. Electrical Installation Team consists of 1-Electrical Team Leader and I-Electrical Helper 3. Each site requires I-Electrical Installation Team and I-vehicle. • 4. Mobilization will consist of the following: AshBritt,inc. 9/19(15 Attachment Packet Page -1188- 1/12/2016 16.C.1 . 5. 48-hour mobilization from NTP 6. Mobilization mileage will be paid at the current federal JTR rate. 7. Per Diem will be invoiced JAW with federal JTR rates. Provide Manpower and 125KW Generator Set for the Pet Friendly Shelter at North Regional Park Overview ASHBRITT,INC.is prepared to commence deployment of an on-site generator technician and a 125KW generator at the Pet-Friendly Shelter operation at North Regional Park. This machine is to provide temporary power at the facility. The unit is to be plugged into an external connection already on-site. Our on-site technician will do the following: • Assist with the operation of the.already-existing 5KW and 7KW portable generators,cords,lights and spot coolers at the maintenance facility. • Ensure safe operations and safe power cord management and make hourly inspections. • Monitor the load on each generator deployed for safe operations.It is our understanding that the contractor does not provide fuel.The contractor can supply fuel,with fueling assets,if required.All equipment,personnel,and fuel pricing will be negotiated at the time of the event, at the request of Collier County. • The contractor can perform the following activities, in addition to the requirements of this proposal:generator 240-hour service,fueling,facility electrical assessments,provide MI-FE equipment/operators,and provide transportation assets. • Monitor fuel consumption and refuel with fuel cans provided • Remain on-site until the shelter is closed,and the equipment returned to the Emergency Operations Center.The responsibility of the rental generator would transfer to the facility owner once contractor staff leaves the installation site. • Provide documentation,and if necessary,photographs of the operations,including personnel time sheets, hours of run-time on the equipment,and suggestions for improvement. • Assist with set-up and demobilization,as needed. • Be mobile with a vehicle and cell phone communications • Work a 12-hour shift(0700-1930)with a 30-minute lunch break.If 24-hour operations are required, additional Electrical Installation Teams and vehicles can be negotiated. • All electrical work will be performed by electricians who are licensed or certified. For safety purposes, all electrical work is accomplished utilizing two person teams,(Electrical Installation Team)with the team leader being a certified master electrician or licensed journeyman,electrician,Connections to load are done in accordance with NFPA-70 and all local codes,rules and regulations,and generator manufacturer's specifications. • Personnel must de-energize live circuits before performing work.Also,personnel must perform a safety inspection of circuits before energizing them. > Proposed price for the above services: One(1)Electrical Installation Team with vehicle I-Electrical Team Leader ; 12-hour shift $1,003.16 per shift 1-Electrical Helper 12-hour shift $674.53 per shift 1-Vehicle for Electrical Install Teams [ 12-hour shift , $184.50 per shift 125 Kw generator rental Weekly rental rate-$2,617.44 Monthly rental rate-$7,852.32 Cable(400 Amp)50 Ft Weekly rental rate-$51.66 per 50ft Monthly rental rate-$154.98 per 50ft Notes: 1. The daily rate will be charged from"portal to portal,"beginning at NTP. 2. Electrical Installation Team consists of 1-Electrical Team Leader and 1-Electrical Helper 3. Each site requires 1-Electrical Installation Team and 1-vehicle. AshEiritt,Inc. 9/19/15 Attachment Packet Page -1189- 1/12/2016 16.C.1 . Exhibit B - Performance &Payment Bonds (following this page) Page 13 #15-6365"Disaster Debris Management,Removal and Disposal Services" AshBritt Inc.d/b/a AshBritt Environmental Packet Page -1190- �� 1/12/2016 16.C.1 . EXHIBIT B 1: PUBLIC PAYMENT BOND Disaster Debris Management, Removal and Disposal Services Bond No. Contract No.15-6365 KNOW ALL MEN BY THESE PRESENTS: That as Principal, and , as Surety, located at (Business Address) are held and firmly bound to - as Obligee in the sum of ($ ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns,jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 20 ,with Obligee for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor,materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond,regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this day of 20 , the name of each party being affixed and these presents duly signed by its under-signed representative, pursuant to authority of its governing body. Page 14 #15-6365"Disaster Debris Management,Removal and Disposal Services" AshBritt Inc.d/b/a AshBritt Environmental Packet Page-1191- 1/12/2016 16.C.1 . Signed,sealed and delivered in the presence of: PRINCIPAL BY: Witnesses as to Principal NAME: ITS: STA l'E OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20. ,by as of , a corporation, on behalf of the corporation. He/she is personally known to me OR has produced - as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) NAME: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public,State of Commission No.: A 1°1 EST: SURETY: (Printed Name) (Business Address (Authorized Signature) Witnesses to Surety (Printed Name) Page 15 #15-6365"Disaster Debris Management,Removal and Disposal Services" AshBritt Inc.d/b/a AshBritt Environmental Packet Page -1192- 1/12/2016 16.C.1 . Page 16 #15-6365"Disaster Debris Management,Removal and Disposal Services" AshBritt Inc.d/b/a AshBritt Environmental G } Packet Page -1193- 1/12/2016 16.C.1. OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Printed Name) (Business Address) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by , as of Surety, on behalf of Surety. He/She is personally known to me OR has produced as identification and who did (did not)take an oath. My Commission Expires: (Signature) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public,State of: Commission No.: Page 17 #15-6365"Disaster Debris Management,Removal and Disposal Services" AshBritt Inc.d/b/a AshBritt Environmental Packet Page -1194- 1/12/2016 16.0.1 . EXHIBIT B 2:PUBLIC PERFORMANCE BOND Disaster Debris Management,Removal and Disposal Services Bond No. Contract No.15-6365 KNOW ALL MEN BY THESE PRESENTS: That as Principal, and as Surety, located at (Business Address) are held and firmly bound to as Obligee in the sum of ($ ) for the payment whereof we bond ourselves,our heirs,executors, personal representatives,successors and assigns,jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of _ 20 with Obligee for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof,and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract;and 2. Pays Obligee any and all losses, damages,costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages,whether Iiquidated or actual,incurred by Obligee;and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, for value received,hereby stipulates and agrees that no changes,extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes,extensions of time,alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes,shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. Page 18 #15-6365"Disaster Debris Management,Removal and Disposal Services" AshBritt Inc.d/b/a AshBritt Environmental J Packet Page -1195- 1/12/2016 16.C.1 . IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20 , the name of each party being affixed and these presents duly signed by its undersigned representative,pursuant to authority of its governing body. Signed,sealed and delivered in the presence of: PRINCIPAL BY: Witnesses as to Principal NAME: ITS: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by as of a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did(did not) take an oath. My Commission Expires: (Signature) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public,State of: Commission No.: Page 19 #15-6365"Disaster Debris Management,Removal and Disposal Services" AshBritt Inc.d/b/a AshBritt Environmental Packet Page-1196- 1/12/2016 16.C.1 . ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witnesses as to Surety (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Printed Name) (Business Address) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 ,by ,as of ,a Surety,on behalf of Surety. He/She is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: (Signature) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public,State of: Commission No.: Page 20 #15-6365"Disaster Debris Management,Removal and Disposal Services" AshBritt Inc.d/b/a AshBritt Environmental Packet Page -1197- 1/12/2016 16.C.1 . Exhibit C- Grant Provisions (following this page) Page 21 #15-6365"Disaster Debris Management,Removal and Disposal Services" AshBritt Inc.d/b/a AshBritt Environmental Jl Packet Page -1198- 1/12/2016 16.0.1 . Exhibit C Supplemental General Grant Terms and Conditions The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be forwarded to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractors is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii)the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Packet Page-1199- 1/12/2016 16.C.1 . Exhibit C Supplemental General Grant Terms and Conditions 1. Administrative, contractual, or legal remedies Unless otherwise provided in this contract, all claims, counter-claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. 2. Energy Conservation Requirements - The Energy Conservation requirements are applicable to all contracts and subcontracts. The Contractor shall comply with any mandatory standards and policies relating to energy efficiency contained in the State Energy Conservation Plan issued in compliance with the Energy Policy and Conservation Act(42 U.S.C. Section 6201) 3. Access to Records and Reports -The vendor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Vendor agrees to maintain same until the Purchaser, the Grantor Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. 4. No Government Obligation to Third Parties - Applies to all contracts. The Purchaser and Vendor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Vendor, or any other party(whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. It is further agreed that the clause shall not be modified, except to identify the subcontract who will be subject to its provisions. 5. Clean Air Act, Federal Water Pollution Control Act, Executive Order 11738, and US EPA Regulations - Contracts and subgrants of amounts in excess of $100,000 shall contain a provision that requires the Contractor or recipient to comply with all applicable standards, orders, or requirements issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). 6. Energy Policy and Conservation Act - The contractor shall comply with any mandatory standards and policies relating to energy efficiency which are contained in the F l o r i d a state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(Pub. L. 94-163, 89 Stat. 871). 7. Debarment and Suspension (Executive Orders 12549 and 12689) - Contract awards that exceed the small purchase threshold and certain other contract awards shall not be made to parties listed on the government wide Excluded Parties List System in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1986 Comp., p. 189) and 12689 (3 CFR Part 1989 Comp., p. 235), "Debarment and Suspension."The Excluded Parties List System in SAM contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. 8. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) - Vendors must certify it will not and has not used Federal appropriated funds have been paid or will be paid, by or to any person or organization for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative` agreement. The certification includes any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Packet Page -1200- 1/12/2016 16.C.1 . Exhibit C Supplemental General Grant Terms and Conditions 9. Procurement of Recovered Materials - (a) In accordance with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, the Contractor shall procure items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition. The Contractor shall procure items designated in the EPA guidelines that contain the highest percentage of recovered materials practicable unless the Contractor determines that such items: (1) are not reasonably available in a reasonable period of time; (2) fail to meet reasonable performance standards, which shall be determined on the basis of the guidelines of the National Institute of Standards and Technology, if applicable to the item; or (3) are only available at an unreasonable price. (b) Paragraph (a) of this clause shall apply to items purchased under this contract where: (1) the Contractor purchases in excess of $10,000 of the item under this contract; or (2) during the preceding Federal fiscal year, the Contractor: (i) purchased any amount of the items for use under a contract that was funded with Federal appropriations and was with a Federal agency or a State agency or agency of a political subdivision of a State; and (ii) purchased a total of in excess of$10,000 of the item both under and outside that contract. 10. Disadvantaged Business Enterprise (DBE) - Vendors shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. Vendors shall make a good faith effort to assure that registered disadvantaged business enterprises are used as sources of supplies, equipment, construction, and services as much as possible. Each vendor shall identify the anticipated level of participation by DBE's in the project and report its actual DBE participation (if any)." The offeror will be required to report its DBE participation obtained through race-neutral means throughout the period of performance and required to convey all changes in anticipated levels of participation to the County in a timely manner. The vendor is required to pay its DBE subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the vendor's receipt of payment for that work from Collier County. In addition, the vendor is required to return any retainage payments to those subcontractors within thirty (30) days after the subcontractor's work related to this contract is satisfactorily completed. The vendor must promptly notify Collier County, whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The vendor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of Collier County, 11. Equal Employment Opportunity - Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964— 1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60,"Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." 12, Termination 1. TERMINATION FOR DEFAULT. 1. Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or(5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is dedared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 2. Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without Packet Page -1201- 1/12/2016 16.C.1. Exhibit C Supplemental General Grant Terms and Conditions prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 3. If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, induding all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and Interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 4. The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or re-letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 5. If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 6. In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner, 2. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 1. Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. Packet Page -1202- 1/12/2016 16.C.1 . Exhibit C Supplemental General Grant Terms and Conditions 2. Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exdusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six(6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. Packet Page -1203- 1/12/2016 16.0.1 . AGREEMENT 15-6365 for Disaster Debris Management, Removal and Disposal Services THIS AGREEMENT, made and entered into on this day of 2015, by and between CrowderGulf joint Venture, Inc., authorized to do business in the State of Florida, whose business address is 5435 Business Parkway, Theodore, Alabama 36582, (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. TERM AND COMMENCEMENT. The Contractor shall be for five (5) years with an additional five (5) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made on contract anniversary date, in writing, to the Procurement Services Director. Price adjustments are dependent upon budget availability and Program Manager's approval. The County shall give the Contractor written notice of the County's intention to renew the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one- hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten(10) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK. The Contractor shall provide Disaster Debris Management, Removal and Disposal Services in accordance with the terms and conditions of RFP #15-6365, and the Contractor's proposal referred to herein and made an integral part of this agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3. COMPENSATION. The County shall pay the Contractor for the performance of this Agreement upon completion or partial completion of the work tasks, including if applicable, the aggregate of units actually ordered and furnished at the prices pursuant to the Rate Schedule attached hereto as Exhibit "A," as accepted and approved by the Page 1 #f15-5365'Disaster Debris Management,Removal and Disposal Services" CrowderGulf Joint Venture,Inc. 0 Packet Page -1204- 1/12/2016 16.C.1 . County Project Manager or his designee. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218 Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 3.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "'aches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida,is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption#85-8015966531C-2. 5. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: CrowderGulf Joint Venture, Inc 5435 Business Parkway Theodore, Alabama 36582 Attention: John Ramsay, President &CEO Telephone: 800-992-6207 / Facsimile: 251-643-1714 Email: jramsav @crowdergu.lf.corn All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Procurement Services Division 3327 Tamiami Trail, East Naples, Florida 34112 Attention:Joanne Markiewicz, Director,Procurement Services Division Telephone: 239-252-8407 / Facsimile: 239-252-6480 Email: joaunemarkiewicz(ii?colliergov.net The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. Page 2 #15-5365"Disaster Debris Management,Removal and Disposal Services" CrowderGulf joint Venture,Inc. Packet Page -1205- 1/12/2016 16.0.1 . 6. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 7. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, P.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 8. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 9. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Contract Amount earned Page 3 #15-5365"Disaster Debris Management,Removal and Disposal Services" CrowderGuif Joint Venture,Inc. Packet Page -1206- 1/12/2016 16.C.1 . through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including,but not limited to, any damages or any anticipated profit on portions of the services not performed. 10. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex,color,creed or national origin. 11. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $5,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability; Coverage shall have minimum limits of $2,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. D. Pollution Insurance: is required for the Contractor. The Contract shall maintain Each Occurrence$2,000,000.00 Per Occurrence and: 1. Pollution and Remediation Liability Insurance including the cost of defense during the term of this Agreement and for a period of five (5) years following the completion of the Project as outlined in this Agreement. Such coverage shall apply specifically to the contracting services / scope of work as outlined in this Agreement and shall include, but not be limited to Pollution Legal Liability (legal liability arising out of the discharge, dispersal, release, seepage, migration or escape of smoke, vapors, soot, fumes, acids, alkalis, toxic chemicals, liquids or gasses, hazardous materials, waste materials or other irritants, contaminates or pollutants into or upon land, the atmosphere or any watercourse or body of water including ground water at under or emanating from the project). Page 4 #15-5365"Disaster Debris Management,Removal and Disposal Services" CrowderGulf Joint Venture,Inc. G4` Packet Page 4207- 1/12/2016 16.C.1 . 2. Remediation Legal Liability / Expense (expenses incurred for or in connection to the investigation, monitoring, removal, disposal, treatment or neutralization of a condition arising from the discharge, dispersal, release, seepage, migration or escape of smoke, vapors, soot, fumes, acids, alkalis, toxic chemicals, liquids or gasses, hazardous materials, waste materials or other irritants, contaminates or pollutants into or upon land, the atmosphere or any watercourse or body of water including ground water at under or emanating from the project, as well as the cost to repair or replace real, or personal property damaged during the course of Remediation Expense in order to restore the property to the condition it was in prior to the Remediation Expense to the extent required by Federal, State, Local or Provincial laws, regulations or statutes or any subsequent amendments thereof). 3. Transportation Legal Liability/Expense - Pollution Legal Liability or Remediation Legal Liability/Expense arising out of the movement by the Contract of product or waste of the Owner to its final delivery point specified under this Agreement. E. Other Insurance Requirements: Watercraft- $2,000,000.00 Per Occurrence; Maritime Coverage (Jones Act)- $ 2,000,000.00 Per Occurrence; United States Longshoreman's and Harborworker's Act - 5 2,000,000.00 Per Occurrence; coverage shall be maintained where applicable to the completion of the work. F. Performance and Payment Bonds [Exhibit Bl: May be required for projects in excess of S200,000, bonds shall be submitted by Contractor and written for 100% of the Contract award amount, the cost borne by the Contractor. The Performance and Payment Bonds (Exhibit B) shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. Special Reauirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Page 5 #15-5365"Disaster Debris Management,Removal and Disposal Services" CrowderGulf Joint Venture,Inc. GP Packet Page -1208- 1/12/2016 16.C.1 . Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: ten(10) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. 12. INDEMNIFICATION. To the maximum extent permitted by Florida law, Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, Iosses and costs, including, but riot limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 12.1 The duty to defend under this Article 12 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 12 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Solid Waste Division. Page 6 #15-5365"Disaster Debris Management,Removal and Disposal Services" CrowderGulf Joint Venture,Inc. GP Packet Page -1209- 1/12/2016 16.C.1. 14. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 15. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the following component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), Exhibit "A" Rate Schedule, Exhibit "B" Performance and Payment Bonds, RFP #15-6365 "Disaster Debris Removal Management, Removal and Disposal" Services Scope of Services,Addendum and Exhibit"C" Granting Agency Provisions. 16. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this agreement is subject to appropriation by the Board of County Commissioners. 17. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 18. COMPLIANCE WITH LAWS. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local Iaws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes), and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(d) and (3) stated as follows: Page 7 #15-5365"Disaster Debris Management,Removal and Disposal Services" CrowderGulf Joint Venture,Inc. CO Packet Page -1210- 1/12/2016 16.C.1. (2) In addition to other contract requirements provided by law, each public agency contract for services must include a provision that requires the contractor to comply with public records laws,specifically to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. (b) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. (3) If a contractor does not comply with a public records request, the public agency shall enforce the contract provisions in accordance with the contract. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately 19. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 20. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. Page 8 *15-5365"Disaster Debris Management,Removal and Disposal Services" CrowderGulf Joint Venture,Inc. C.A Packet Page-1211- 1/12/2016 16.C.1 . 21. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this contract in compliance with the Procurement Ordinance, as amended,and Procurement Procedures. 22. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision- making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 23. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 24. KEY PERSONNEL/PROIECT STAFFING. The Contractor's personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the contract. The Contractor shall assign as many people as necessary to complete the services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet dates set forth in the Project Schedule. The Contractor shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and/or experience. (2) that the County is notified in writing as far in advance as possible. The Contractor shall make commercially reasonable efforts to notify Collier County within seven(7) days of the change. The County retains final approval of proposed replacement personnel. Page 9 *15-5365"Disaster Debris Management,Removal and Disposal Services" CrowderGulf Joint Venture,Inc. a Packet Page -1212- 1/12/2016 16.C.1 . 25. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. 26. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval,assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. Page 10 #15-5365"Disaster Debris Management,Removal and Disposal Services" CrowderGulf Joint Venture,Inc. Packet Page -1213- 1/12/2016 16.C.1 . IN WITNESS WHEREOF, the parties hereto, have each,respectively, by an authorized person or agent,have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY,FLORIDA Dwight E. Brock, Clerk of Courts By: By: Tim Nance,Chairman Dated: (SEAL) CrowderGuif Joint Venture,Inc. Contractor By: First Witness Signature 1'Type/print witness namei` 1'Type/print signature and title'' Second Witness ''Type/print witness name'' Approved as to Form and Legality: Assistant County Attorney Print Name Page 11 op #15-5365"Disaster Debris Management,Removal and Disposal Services" CrowderGulf joint Venture,Inc. Packet Page -1214- 1/12/2016 16.C.1 . Exhibit A- Rate Schedule (following this page) Page 12 #15-5365"Disaster Debris Management,Removal and Disposal Services" CrowderGulf joint Venture,Inc. 0 Packet Page -1215- 1/12/2016 16.C.1 . TAB VII PRICE PROPOSAL RFP 15-6365 Disaster Debris Management Removal and Disposal Services Position Hourly Rate 1 Project Manager $ 60.00 2 Superintendent with Cell/Truck 5 54.00 3 Foreman with Cell/Truck $ 48.00 4 Supervisor'with Cell/Truck $ 54.00 5 Inspector with Check/Vehicle $ 32.00 6 Health/Safety or QC Manager with Truck $ 55.00 7 Safety Superintendent $ 54.00 8 Mechanic with Truck&Tools $ 32.00 9 Climber with Gear $ 90.00 10 Labor/Operator with Chainsaw/Tools $ 32.00 11. Laborer with Tools $ 28.00 12 Traffic Control Personnel $ 28.00 13 Ticket Writers $ 35.00 14 Survey Personnel with Vehicle $ 30.00 15 Project Engineer $ 70.00 16 Equipment Operator $ 40.00 17 Truck Driver $ 35.00 18 Security Person (UNARMED) $ 55.00 19 Security Person (ARMED) $ 75.00 20 Administrative Assistant $ 45.00 21 Clerical $ 35.00 Total $ 987.00 Packet Page -1216- 1/12/2016 16.C.1 . 2015 CrowderGulf Joint Venture Inc. Pricing for Collier County, FL EMERGENCY DEBRIS MANAGEMENT AND DISASTER RECOVERY PRICING SCHEDULE 1. Right of Way(ROW)dearing and/or removing debris from the public right-of-way,streets and roads 1.1 Load and haul vegetative debris to a Debris Management Site(DMS): $ 7.50 per cubic yard for 0-5 miles,one-way haul $ 8,00 per cubts yard for 5.1-10 miles,one-way haul $ 8.50 per cubic yard for 10.1-15 miles, one way haul $ 9.00 per cubic yard for 15.1-30 miles,one way haul $ 9.50 per cubic yard for 30.1-60 miles, one way haul 1.2 Load and haul Construction and Demolition(C&D)and mixed debris to a DMS: $ 7.50 per cubic yard for 0-5 miles,one-way haul $ 8.00 per cubis yard for 5.1-10 miles,one-way haul $ 8.50 per cubic yard for 10.1-15 miles,one way haul 9.00 per cubic yard for 15.1-30 miles,one way haul $ 9.50 per cubic yard for 30.1-60 miles,one way haul 13 Load and Haul C&D and Mixed Debris directly to final disposal: $ 8.00 per cubic yard for 0-5 miles,one-way haul $ 8.50 per cubis yard for 5.1-10 miles,one-way haul $ 9.00 per cubic yard for 10.1-15 miles,one way haul $ 9.50 per cubic yard for 15.1-30 miles,one way haul $ 10.00 per cubic yard for 30.1-60 miles, one way haul 2. Management and operation of DMS to accept,process,and reduce disaster related debris 2.1 Cost associated with managing,accepting,processing,and reducing vegetative debris through grinding: $ 215 per cubic yard 2.2 Cost associated with managing,accepting,processing,and reducing vegetative debris through burning: $ 1.80 per cubic yard 2.3 Cost associated with managing,accepting,processing,and reducing construction and demolition debris through compaction: $ 2.50 per cubic yard (:(;)) Packet Page-1217- 1/12/2016 16.C.1 . DEBRIS MANAGEMENT AND DISASTER RECOVERY PRICING SCHEDULE(cont'd) 2.4 Haul out residual debris to final disposal $ 3.80 per cubic yard for 0-15 miles,one-way haul $ 4.50 per cubis yard for 15.1-30 miles,one-way haul $ 5.50 per cubic yard for 30.1-60 miles,one-way haul 3. Right-of-Way(ROW)stumps: Removal and Disposal of hazardous stumps from the ROW 24"diameter and up,but less than 36"diameter: $ 175.00 each 36"diameter and up,but less than 48"diameter: $ 250.00 each 48"diameter and up, but less than 72"diameter: $ 400.00 each Equal to or greater than 72"diameter: $ 800.00 each Removal of non-hamrdous stumps from the ROW placed by others (as per FEMA/FHWA Stump Conversion Table): $ 9.00 cubic yard 4. Right of Way(ROW)cutting partially uprooted or split trees(Leaners). Falling partially uprooted or spilt trees from the ROW or the overhanging portion of the ROW and placing the debris in the ROW for removal as ROW debris 4.1 Partially uprooted leaner(price is inclusive of excavating the root ball and placing It in the ROW) Less than 24": $ 75.00 per tree * 24-36": $ 120.00 per tree * Greater than 36": $ 200.00 per tree * Diameter of tree at 2 feet from base 5. Right of Way (ROW) removal of dangerous hanging limbs (Hangers). Removing hanging or partially broken limbs from trees in the ROW or limbs hanging over the ROW and placing the debris in the ROW for removal as ROW debris $ 90.00 per tree 6. Private Property Debris Removal(PPDR). 6.1 Load and Haul vegetative debris to a Debris Management Site(DMS): $ 8.00_per cubic yard for 0-5 miles,one-way haul $ 8-50 per cubis yard for 5.1-10 miles,one-way haul $ 9.00 per cubic yard for 10.1-15 miles,one way haul $ 9.50 per cubic yard for 15.1-30 miles,one way haul $ 10.00 per cubic yard for 30.1-60 miles,one way haul -79 Packet Page -1218- 1/12/2016 16.C.1 . DEBRIS MANAGEMENT AND DISASTER RECOVERY PRICING SCHEDULE(cont'd) 6. Private Property Debris Removal(PPDR) (cont'd): 6.2 Load and Haul Construction and Demolition(C&D)debris to a DMS $ 7.50 per cubic yard for 0-5 miles,one-way haul $ 8,00. per cubis yard for 5.1-10 miles,one-way haul $ 8.50 per cubic yard for 10.1-15 miles,one way haul 9.00 per cubic yard for 15.1-30 miles,one way haul $ 9.50 per cubic yard for 30.1-60 miles,one way haul 6.3 Load and Haul C&D directly to lint disposal $ 8.00 per cubic yard for 0-5 miles,one-way haul $ 8.50 per cubis yard for 5.1-10 miles,one-way haul 9.00 per cubic yard for 10.1-15 miles,one way haul $ 9.50 per cubic yard for 15.1-30 miles,one way haul $ 10-00 per cubic yard for 30.1-60 miles,one way haul 6.4 The cost associated with the removal of PPDR hazardous stumps will be invoiced utilizing the following categories: 24"diameter and up, but less than 36°diameter $ 225.00 each 36"diameter and up, but less than 48"diameter: $ 300.00 each 48"diameter and up, but less than 72"c ameter: $ 400.00 each Equal to or greater than 72"diameter: $ 600.00 each Uprooted or Split Trees(Leaners) $ 250.00 each 6.5 Falling partially uprooted or split trees from private property or the overhanging portion of the private property and placing the debris on the property or the ROW debris for haul off as PPDR debris: *Less than 24"; $ 90.00 per tree *24"-36"; $ 140.00 per tree *Greater than 36": $ 200.00 per tree * Diameter of tree at 2 feet from base 6.6 Removal of dangerous hanging limbs(Hangers) Removing hanging or partially broken limbs from trees In ROE or iambs hanging over the ROE and pladng the debris on the private property or In the ROW for haul-off as PRDR debris. $ 90.00 per tree Packet Page -1219- 1/12/2016 16.C.1 . DEBRIS MANAGEMENT AND DISASTER RECOVERY PRICING SCHEDULE(contd) 7. Canal silt removal and disposal: 7.1 Marine based removal(one-way hang): 0- 5 miles: $ 40.00 per cubic yard 5.1 - 10 miles: $ 42.00 per cubic yard 10.1 miles and greater: $ 45.00 per cubic yard 7.2 Land based removal(one-way hauling); 0- 5 miles: $ 20.00 per cubic yard 5.1 - 10 miles: $ 22.00 per cubic yard 10.1 miles and greater: $ 25.00 per cubic yard 8. Drainage ditches silt and debris removal: Ditch width 0 -4.0 feet: $ 4,00 per linear foot Ditch width 4.1-8.0 feet: $ 5.00 per linear foot Ditch width 8.1-12.0 feet: $ 8.00 per linear foot Ditch width 12.1- 16.0 feet: $ 10,00 per linear foot Ditch width 16.1-20.0 feet: $ 12.00 per linear foot Ditch width 20.1 feet or greater. $ 15.00 per linear foot Debris to be placed on the ROW for collection as regular debris. Silt to be hauled and disposed of at $ 16.00 per cubic yard 9. Cleaning and clearing of storm drain lines: Drain Line Diameter 0- 15,0 Inches: $ 4.50 per linear foot Drain Line Diameter 15.01 -35 inches: $ 5.75 per linear foot Debris to be placed on the ROW for collection as regular debris. Slit to be hauled and disposed of at 9.00 per cubic yard 10. Cleaning and clearing of catch basins and inlets: 4'X 4': $ 165.00 each 8'x 6': $ 300.00 each 10'X 10`: $ 500.00 each 20'X 20`: $ 950.00 each Packet Page -1220- 1/12/2016 16.C.1 . DEBRIS MANAGEMENT AND DISASTER RECOVERY PRICING SCHEDULE(coned) 11. Sand collection (Public Property)and screening rate $ 8.50 per cubic yard for 0-15 miles,one-way hauling $ 9.00 per cubis yard for 15.1-30 miles,one-way hauling $ 9.50 per cubic yard for 30.1-60 miles,one-way hauling it Backfill Supply and placement of dean fill dirt into holes created by stump removal In the ROW. $ 18.00 per cubic yard 13. Removal and destruction of carcass $ 1.00 per pound 14. Loading and hauling of white goods $ 40.00 per unit 15. Removal and disposal of Freon $ 35.00 per unit 16. Demolition of City-owned structures 16.1 Structure demolition with construction and demolition debris loaded at the designated work zone and hauled to an approved commercial landfill. Successful Proposer shall disconnect and cap the sewer and water Tine and coordinate all required disconnects by private utility companies. Search safely accessible structures, including garages and detached outbuildings, and remove all white goods, e-waste and household hazardous waste for ROW collection. Does not include removal of concrete slabs. 0 -S miles, one-way hauling: $ 14.00 per cubic yard 5.1 - 10 miles,one-way hauling: $ 15.00 -per cubic yard 10.1 miles and greater, one-way hauling: $ 16.00 per cubic yard 16.2 Structure demolition with RACM construction and demolition debris loaded at the designated work zone and hauled to an approved Type i/U landfill. Successful Proposer shall disconnect-and cap the sewer and water line and coordinate all required disconnects by private utility companies. Search safely accessible structures, including garages and detached outbuildings, and remove all white goods, e-waste and household hazardous waste for ROW collection. Does not include removal of concrete slabs. 0-5 miles,one-way hauling: $ 16.00 per cubic yard 5.1 - 10 miles, one-way hauling: $ 17.00 per cubic yard 10.1 miles and greater, one-way hauling: $ 18.00 per cubic yard CD,2 Packet Page -1221- 1/12/2016 16.C.1 . DEBRIS MANAGEMENT AND DISASTER RECOVERY PRICING SCHEDULE(cont'd) 17. Concrete removal 17.1 Successful Proposer to load and haul broken concrete from the ROW and dispose at a City approved site: 0 -5 miles,one-way hauling: $ 10.00 per cubic yard 5.1 - 10 miles, one-way hauling: $ 1100 per cubic yard 10.1 miles and greater, one-way hauling: $ 12.00 per cubic yard 17.2 Successful Proposer to demolish concrete slabs and haul and dispose at a City approved site: 0- 5 miles,one-way hauling: $ 10.00 per cubic yard 5.1 -10 miles, one-way hauling: $ 11.00 per cubic yard 10.1 miles and greater,one-way hauling: $ 12.00 per cubic yard 1E. Creosote timber piling removal and disposal 0- 15 miles,one-way hauling: $ 10.00 per cubic yard 15.1 -30 miles,one-way hauling: $ 11.00 per cubic yard 30.1 miles and greater,one-way hauling: $ 12.00 per cubic yard 19. E-Waste Successful Proposer to collect from ROW and dispose at an City approved site: $ 40.00 per unit 20. Household hazardous waste Successful Proposer to collect from ROW and dispose at an City approved site: $ 5.00 per pound 2.1. lire removal Tire Removal and Disposal or Recycle $ 6.00 each g Packet Page -1222- 1/12/2016 16.C.1 . DEBRIS MANAGEMENT AND DISASTER RECOVERY PRICING SCHEDULE(coned) 22. Power sources A) 20kw Generator: $ 3,227 . Per month/ $ 1,200 per week/ B) 56kw Generator: $ 5,056 per month/ $ 1,746 per week/ C) 100kw Generator: $ 6,510 per month/ $ 2,156 per week/ D) 175kw Generator $ 8,192 Per month/ $ 2,810 Per week/ E)240kw Generator $10,348 Per month/ $ 3,846 Per week/ F)320kw Generator: $11,536 Per month/ $ 4,210 per week/ G)500icw Generator: $19,720 per month/ $ 6,656 per week/ H) 1000kw Generator: $34,290 Per month/ $13,250 per week/ 23. Stadium style fight bower $ 1424,00 per month/$ 972.00 per week Shipping,setting, operation, maintenance,fueling,insurance,security and recovery of generators and lights shall be invoiced at actual cost plus 20,00 % mark up. 24. National Incident Management System(NIMS)training $ 60.00 per person/per year minimum of 20 students per class 25. Assistance in development of a debris management plan $ 2,500.00 per year 26. Emergency Road aearance The cost associated with emergency road clearance will be blued at the following hourly rates: 9 Packet Page -1223- 1/12/2016 16.C.1 . CrowderGuIf 2011 Additional Ancillary Pricing PUMPS QTY Description Daily Rate Weekly Rate 2"x 2" Diesel Pump $124.88 $720.00 3"x 3"Diesel Pump $450.00 $1,323.75 4'Diesel Pump $225.00 $750.00 6"Diesel Pump $450.00 $1,300,00 8"Diesel Pump $637.50 $1,645.31 10"Diesel Pump $637.50 $1,873.13 12"Diesel Pump $825.00 $2,202.19 16"Diesel Pump $2,160.00 $6,500.00 18"Diesel Pump Dsl Fig w/QO $1,417.50 $9,720.00 24"Diesel Pump $2,835.00 $12,920.00 2"Suction Discharge Hose 50'Section $11.25 $87.50 3"Suction Discharge Hose 50'Section $10.13 $65.00 4"Suction Discharge Hose 50'Section $20.00 $85.00 6"Suction Discharge Hose 50'Section $30,00 $115.00 l8" Suction Discharge Hose 50'Section $76.50 $229.50 110"Suction Discharge Hose 50'Section $118.13 $354.38 12"Suction Discharge Hose 50'Section $123.75 $371.25 6'Vacuum Assist Pump $787,50 $1,968.75 12"Vacuum Assist Pump $1,072.50 $2,681.25 3 Inch Submersible Hydraulic Pump $194.63 $583.88 4 Inch Submersible Hydraulic Pump $230.63 $1,000.00 6 Inch Submersible Hydraulic Pump $325.13 $1,350.00 8 Inch Submersible Hydraulic Pump $459.00 $1,800.00 12 Inch Submersible Hydraulic Pump $1,069.88 $3,209.63 8"Bauer Pipe,10'section $12.50 $42.00 i 112"Bauer Pipe,10'section $12.50 7 $42.00 14"Strainers/T-Joints!Elbows $15.00 $37.50 1 16"Strainers/T-Joints!Elbows $20.00 $50.00 8"Strainers/T-Joints/Elbows $25.00 $62.50 3"Sub-Dewater 5hp 460v $100.00 $257.50, 4"Sub-Dewater 10np 460v $112.50 $301.25 6"Sub-Dewater 35hp 460v $180.00 $481.25 8"Sub-Dewater 95hp 460v $390.00 $1,043.75 4"Sub-Trash 20hp 460v $125.00 $335.00 - 6"Sub-Trash 4Ohp 460v $180.00 $481.25 8"Sub-Trash 70hp 460v $390.00 $1,043.75 3"Suction Hose-20' $17.50 $43.75 4"Suction Hose-20' $22.50 $56.25 6"Suction Hose-20' $22.50 $56.25 8"Suction Hose-20' $50.00 $125.00 10"Suction Hose-20' $75.00 $187.00 12'Suction Hose-10' $50.00 $125,00 12"Discharge Pipe-10' $12.50 $31.25 6"to 18"Pipe Fusion Machine _ $437.50 $3,062.50 12"to 36"Track Mounted Fusion Machine $1,500.00 $10,500.00 Page 5 of 9 r� Packet Page -1224- 1/12/2016 16.C.1 . CrowderGulf 2011 Additional Ancillary Pricing ENVIRONMENTAL QTY Description Daily Rate Weekly Rate 5-Ton Air Conditioner Unit $325.00 $1,062.50 10-Ton Air Conditioner Unit $500.00 $1,300.00 15-Ton Air Conditioner Unit $937.50 $1,780.00 �20-Ton Air Conditioner Unit $936.25 $1,872.50 25-Ton Air Conditioner Unit $1,002.50 $2,006.25 r 30-Ton Air Conditioner Unit $1,250.00 $2,500.00 40.Ton Air Conditioner Unit $1,203.75 $4,000.00 50•Ton Air Conditioner Unit $2,125.00 $6,796.25 60 Ton Airconitioner Unit $2,125.00 $4,900.00 75•Ton Air Conditioner Unit $2,343.75 $7,000.00 +80-Ton Air Conditioner Unit $2,437.50 $8,000.00 40 Ton Air Cooled Chiller Units $1,531.25 $2,150.00 50 Ton Air Cooled Chiller Units $1,843.75 $2,146.88 60 Ton Air Cooled Chiller Units $1,843.75 $2,630.00 75 Ton Air Cooled Chiller Units $2,218.75 $2,337.50 100 Tan Air Cooled Chiller Units $2,218.75 $3,502.50 125 Ton Air Cooled Chiller Units $2,625.00 $4,057.50 150 Ton Air Cooled Chiller Units $3,250.00 $4,907.50 . X170 Ton Air Cooled Chiller Units $3,875.00 $5,248.75 200 Ton Air Cooled Chiller Units $4,250.00 $6,030.00 50 Ton Air Handier $531.25 $813.68 100 Ton Air Handler $1,000.00 $2,500.00 120 Ton Air Handler $812.50 $1,900.00 20 kW Heater Unit $218.75 $850.00 40 kW Heater Unit $157.50 $920.00 100 kW Heater Unit $781.25 $1,300.00 150 kW Heater Unit $937.50 $1,853.75 150 kW High Temperature Heater Unit $1,062.50 $1,897.50 1125 CFM Desiccant Dehumidifier $1,231.25- $3,500.00 _2250 CFM Desiccant Dehumidifier $1,000.00 $7,000.00 4500 CFM Desiccant Dehumidifier $1,500.00 $10,500.00 15000 CFM Desiccant Dehumidifier $3,000.00 $24,000.00 Insulated Ductwork $93.75 $112.50 100 GPM Pump $150.00 $720.00 203 G?M Pump $187.50 $720.00 300 GPM Pump $237.50 $720.00 400 GPM Pump $281.25 $720.00 500 GPM Pump $287.50 $720.00 750 GPM Pump $406.25 $1,500.00 ' 800 GPM Pump $437.50 $1,500.00 1000 GPM Pump $562.50, $1,500.00 1200 GPM Pump j $812.50 $1,125.00 1500 GPM Pump $875.00 $1,645.31 2000 GPM Pump _ $1,093.75 $1,645.31 3000 GPM Pump $2,250.00 $2,201,25 Page 6 of 9 0 Packet Page -1225- 1/12/2016 16.C.1 . CrowderGulf 2011 Additional Ancillary Pricing 'CIVIL AFFAIRS ' QTY Description Daily Rate Weekly Rate Portable Storage Containers $131.25 $140.00 Portable Storage Containers $131.25 $281.25' Tent,20'x 20' $286.00 $429.00 Tent,40'x 40' $1,351.63 $1,950.00 Tent,10'x 10 Pop-Up $151.25 $226.88 Tent, 10 x 15'Pop-Up $242.00 $357.50 Chairs-folding $3.75 $7.50 6'Table-folding $7.50 $18.75 8'Table-folding $10.00 $25.00 50'String Lighting $12.50 $89.70 100'Strang Lighting $25.00 $171.35 Power Distro Spider Boxes $52.50 $150.00 24"portable fans on stands $63.75 $155.00 48"2-speed warehouse fan $62.50 $155,00 Tents-60'x 100'x 7';Seats 500 $4,093.75 $5,847.50 Tents-30'x 90'x 7';Sleeps 125 $1,375.00 _ $2,096.88 Tents-30'x 60'x7';Sleeps 100 $993.75 $1,456.25 HeaterMeals Self-Heating Entrees Pallet Pricing Per Case 50 Twelve Count Cases/1-Pallet $2,880.00 $65.83 100 Twelve Count Cases!2-Pallets $51,770.00 $63.09 200 Twelve Count Cases/3-Pallets $10,560.00 $60.34 L350 Twelve Count Cases!5-Pallets $17,010.00 $55.54 600 Twelve Count Cases/9-Pallets $29,160.00 $55.54 1200 Twelve Count Cases/17-Pallets $58,320.00 $55.54 1500 Twelve Count Cases/22-Pallets $72,900.00,1 $55.54 IHeaterMeals Plus Full Course Meal Kits Pallet Pricing Per Case 50 Twelve Count Cases/1-Pallet $4,680.00 $106.97 100 Twelve Count Cases!2-Pallets $9,135.00 $104.40 /200 Twelve Count Cases/4-Pallets j $18,270.00 $104.40 ! 350 Twelve Count Cases/7-Pallets $310,792.50 $101.49 600 Twelve Count Cases/12-Pallets $53,280.00 $101.49 1200 Twelve Count Casesl 24-Pallets $106,560.00 $101.49 1500 Twelve Count Cases/30-Pallets $133,200.00 $101.49 HeaterMeals EX Self-Heating Entrees Pallet Pricing Per Case 50 Twelve Count Gases!1-Pallet $3,564.00 $67.89 I 100 Twelve Count Cases/2-Pallets $5,700.00 $64.14 200 Twelve Count Cases!3-Pallets $10,380.00 $59.31 _350 Twelve Count Cases!6-Pallets $17,535.00 $57.26 1 600 Twelve Count Cases!10-Pallets $30,060.00 $57.26 1200 Twelve Count Cases!20-Pallets $60,120.00 $57.26 1500 Twelve Count Cases!25-Pallets $75,150.00 $57.26 Page 7 of 9 CA( Packet Page -1226- 1/12/2016 16.C.1 . CrowderGuif 2011 Additional Ancillary Pricing Heater Meals 3 Full Course Meal Kits Pallet Pricing Per Case 50 Twelve Count Cases/1-Pallet $3,367.50 $76.97 100 Twelve Count Cases/2-Pallets $6,525.00 $74.57 200 Twelve Count Cases!4-Palets $13,050.00 $74.57 350 Twelve Count Cases/7-Pallets $22,260.00 $72.69 600 Twelve Count Cases/12-Pallets $38,160.00 $72.69 1200 Twelve Count Cases!24-Pallets $73,800.00 $70,29 1500 Twelve Count Csase130-Pallets 592,250.00 $70.29 Cafe2Go Self-Heating Beverage Kits Pallet Pricing Per Case 18 Six Count Cases/1-Pallet $2,284.20 $145.03 36 Six Count Cases/2-Pallets $4,325.40 $137,31 '54 Six Count Cases/3-Pallets $6,070.95 $126.49 350 Six Count Cases!10-Pallets $39,348.75 $128.49 600 Six Count Cases!17-Pallets $67,455.00 $128.49 1200 Six Count Cases/34-Pallets $134,910.00 $128,49 1500 Six Count Cases/42-Pallets $168,637.50 $128.49 ICE Bibs Bags Ice 8 lb Bag 1-600,000 -, $3.00 BOTTLED WATER 16oz 24 Pack 1-100,000 - $7.75 • 100,001-300,00 - $8.25 300,001-475,000 . - $8.75 475;001-850,000 - $9.38 850,001.1,700,000 - $10.31 QTY Type I(1000)Person Portalet Package Daily Rate Weekly Rate 100 Standard Restrooms $8,125.00 $56,875.04 4 Wheelchair Accessible $675.00 $4,725.00 30 Station Sink $4,687.50 $32,812.50 100 Restroom Delivery Fees $3,125.00 $21,875.00 5%Fuel Surcharge+Tax - - Type II(750)Person Portalet Package Daily Rate Weekly Rate 75 Standard Restrooms $6,093.75 $42,656.25 4 Wheelchair Accessible $675.00 $4,725.00 22 Station Sinks $3,437.50- $24,062.50 75 Restroom Delivery Fees $2,343.75 $16,406.25 i 5%Fuei Surcharge+Tax - - Type III(500)Person Portalet Package Daily Rate Weekly Rate 50 Standard Restrooms $4,062.50 $28,437.50 2 Wheel Chair Accessible $337.50 $2,362.50 15 Station Sinks $2,343.75 $16,406.25 50 Restroom Delivery Fees $1,562.50 $10,937.50 5%Fuel Surcharge+Tax - - Page 8 of 9 ID Packet Page -1227- 1/12/2016 16.C.1 . CrowderGulf 2011 Additiional Ancillary Pricing Type IV(250)Person Portalet Package Daily Rate Weekly Rate 25 Standard Restrooms $2,031.25 $14,218.75 1 Wheel Chair Accessible $168.75 $1,181.25 7 Station Sinks $1,093.75 $7,656.25 25 Restroom Delivery Fees $781.25 $5,468.75 i 5%Fuel Surcharge+Tax — — 'Type V(100)Person Portalet Package Daily Rate Weekly Rate 10 Standard Restrooms 3812.50 $5,687.50 1 Wheel Chair Accessible $168.75 $1,181.25 7 Station Sinks $1,093.75 $7,656.25 10 Restroom Delivery Fees $312,50 $2,187.50 5%Fuel Surcharge+Tax — — NIMS TYPE III Comfort Stations(500 Person) Mob/Demob Daily Staging Cost 25 Comfort Stations $27,000.00 $11,250.00 40 Comfort Stations $36,000.00 $18,000.00 50 Comfort Stations $45,000.00 $22,500.00 60 Comfort Stations $54,000.00 $27,000.00 BASE CAMPS QTY Description Mob/Demob Weekly NIMS TYPE 1 1000 Person Base Camp $917,000.00 $1,332,910.00 N1MS TYPE 11750 Person Base Camp $853,000.00 $1,081,420.00 NIMS TYPE If 500 Person Base Camp $631,000.00 . $740,735.00 WS TYPE IV 250 Person Base Camp $513,000.00 $474,656.25 KITCHEN SERVICES: Mob/Demob Weekly NIMS TYPE 11000 Person Kitchen/Meals $293,000.00 $431,412.50 NIMS TYPE 11750 Person itchen/Meals $287,100.00 $372,510.00 NIMS TYPE 11I 500 Person Kitchen/Meals $211,300.00 $264,373.75 NIMS TYPE IV 250 Person Kitchen/Meals $181,000.00 $179,130.00 SHOWER SERVICES: Mob/Demob Weekly NIMS TYPE 11000 Person Showers $63,000.00 $160,248.75 NIMS TYPE II 750 Person Showers $49,500.00 $138,647.50 NIMS TYPE III 500 Person Showers $38,000.00 $82,513.75 NIMS TYPE IV 250 Person Showers $35,000.00 $60,912.50 LAUNDRY SERVICES: Mob/Demob Weekly NIMS TYPE 1 1000 Person Laundries $140,000,00 $219,708.75 NIMS TYPE 11750 Person Laundries $111,000.00 $170,922.50 NIMS TYPE III 500 Person Landries $81,000.00 $114,790.00 (NIMS TYPE IV 250 Person Laundries $62,000.00 $69,292.50 Page 9 of 9 filLo Packet Page -1228- 1/12/2016 16.0.1 . artCrowderGulf 2015 Equipment Pricing EQUIPMENT RATES Equipment Description Unit Unit Price JD 544 Wheel Loader with debris grapple Hour $100.00 JD 644 Wheel-Loader with debris-grapple Hour $11-0.00 _ Extendaboom Forklift with debris grapple Hour $65.00 753 Bobcat Skid Steer Loader with debris grapple Hour $60.00 753 Bobcat Skid Steer Loader with bucket Hour $50.00 _ 753 Bobcat Skid Steer Loader with street sweeper Hour $60.00 30- 50 HP Farm Tractor with box blade or rake Hour $45.00 _ 12 -2 1/2 cu, yd. Articulated Loader with bucket Hour $90.00 3 -4 cu. yd. Articulated Loader with bucket Hour $100.00 ;JD 648E Log Skidder, or equivalent Hour $75.00 ;CAT D4 Dozer Hour $60.00 CAT D6 Dozer Hour $90.00 CAT D8 Dozer , Hour $125.00 ICAT125 - 140 HP Motor Grader Hour $90.00 JD 690 Trackhoe with debris grapple Hour ' $100.00 JD 690 Trackhoe with bucket &thumb Hour $100,00 Rubber Tired Trackhoe with debris grapple Hour $105.00 OD 310 Rubber Tire Backhoe with bucket and hoe Hour $60.00 Rubber Tired Excavator with debris grapple Hour $105.00 210 Prentice Knuckleboom with debris grapple Hour $90.00 Sekf-Loader Scraper Cat 623 or equivalent , Hour $150.00 _ Hand Fed Debris Chipper _ Hour $35.00 '300 -400 Tub Grinder Hour $350.00 800 -1,000 HP Diamond Z Tub Grinder Hour $500.00 • 30 Ton Crane Hour $150.00 150 Ton Crane Hour $170.00 [100 Ton Crane (8 hour minimum) Hour $250.00 40 - 60' Bucket Truck Hour $90.00 Service Truck Hour $50.00 Water Truck Hour $60.00 Portable Light Plant Hour $14.00 Equipment Transports Hour $90.00 Pickup Truck, unmanned } Hour $14.00 Self-loading Dump Truck with knuckleboom and debris grapple( Hour $125.00 FS-ingie Axle Dump Truck, 5 - 12 Cu. Yd. j Hour $45.00 Tandem Dump Truck, 16 -20 Cu. Yd. ' Hour $60.00 Trailer Dump Truck, 24-40 Cu.Yd. Hour $70.00 Trailer Dump Truck, 41-60 Cu.Yd. Hour ( $85.00 , Trailer Dump Truck, 61 - 80 Cu. Yd. f Hour $100.00 ',Power Screen Hour $160.00 Stacking Conveyor Hour $35.00 Off Road Trucks Hour $150.00 8000gallon Fuel Tanker Hour $60.00 Note: All above prices include operator, fuel and maintenance 111D Packet Page-1229- 1/12/2016 16.0.1 . rRDOER CrowcierGuif GULF 2015 Equipment Pricing Labor and Material Rates Personnel Description Unit Unit Price Operations Manager Hour $60.00 Superintendent with truck, phone and radio ` Hour $54.00 Foreman with truck, phone and radio Hour $48.00 Safety/Quality Control Inspector with vehicle, phone and radio Hour $50.00 Inspector with vehicle, phone and radio Hour $32',00 Climber with gear Hour $90.00 Saw hand with chainsaw Hour $32.00 - Laborers and Flagmen Hour $28.00 Timekeeper Hour $35.00 HazMat Professional _ Hour $180.00 Household HazMat Inspection and Removal Crew Hour $110.00 Public Assistance Manager Hour $130.00 Documentation Clerk Hour $50.00 Community Assistance/Hot Line Operators Hour $35.00 Materials Description Unit Unit Price Fill Dirt for Stump Holes—Purchased, placed and shaped CY $20.00 NOTES: 1. The equipment, labor and material rates shown above are for tasks requested by the City which are not covered in the rates (per cubic yard) for normal debris removal and reduction. 2. Pricing includes operator, fuel, and maintenance. Depending on the severity of the disaster, some or all of the above equipment will be required. CrowderGulf will ensure sufficient numbers or each type of listed equipment are available to meet the needs for a particular disaster. 3. The listed equipment should cover all possible equipment needs following disaster. CrowderGulf has access and contacts for any other equipment that might be required and will negotiate a rate with City if need arises for equipment not on list. • Packet Page -1230- 1/12/2016 16.C.1 . Exhibit B- Performance &Payment Bonds (following this page) Page I3 #15-5365"Disaster Debris Management,Removal and Disposal Services" CrowderGuif Joint Venture,Inc. Packet Page -1231- 1/12/2016 16.C.1 . EXHIBIT B 1:PUBLIC PAYMENT BOND Disaster Debris Management,Removal and Disposal Services Bond No. Contract No.15-6365 KNOW ALL MEN BY THESE PRESENTS: That as Principal, and , as Surety, located at (Business Address) are held and firmly bound to as Obligee in the sum of ($ ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns,jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 20 ,with Obligee for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof,and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond,regardless of the number of suits that may be filed by claimants. PN WITNESS WHEREOF, the above parties have executed this instrument this day of 20 , the name of each party being affixed and these presents duly signed by its under-signed representative, pursuant to authority of its governing body. Page 14 #15-5365"Disaster Debris Management,Removal and Disposal Services" CrowderGulf joint Venture,Inc. Packet Page -1232- 1/12/2016 16.C.1 . Signed,sealed and delivered in the presence of: PRINCIPAL BY: Witnesses as to Principal NAME: ITS: STALE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by as of , a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) NAME: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public,State of Commission No.: A 1"1 EST: SURETY: (Printed Name) (Business Address (Authorized Signature) Witnesses to Surety (Printed Name) Page 15 #15-5365"Disaster Debris Management,Removal and Disposal Services" CrowdeiGulf Joint Venture,Inc. co- Packet Page -1233- 1/12/2016 16.C.1 . OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Printed Name) (Business Address) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of , 20 , by _ , as of Surety, on behalf of Surety. He/She is personally known to me OR has produced as identification and who did(did not) take an oath. My Commission Expires: (Signature) Name: (Legibly Printed) (AFFI.X OFFICIAL SEAL) Notary Public,State of: Commission No.: Page 16 415-5365"Disaster Debris Management,Removal and Disposal Services" CrowderGulf Joint Venture,Inc. 0 Packet Page -1234- 1/12/2016 16.C.1 . EXHIBIT B 2:PUBLIC PERFORMANCE BOND Disaster Debris Management,Removal and Disposal Services Bond No. Contract No.15-6365 KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and as Surety, located at (Business Address) are held and firmly bound to as Obligee in the sum of ($ ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns,jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 20 , with Obligee for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof,and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract;and 2. Pays Obligee any and all losses, damages,costs and attorneys'fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages,whether liquidated or actual,incurred by Obligee;and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, for value received, hereby stipulates and agrees that no changes,extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes,extensions of time,alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes,shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. Page 17 #15-5365"Disaster Debris Management,Removal and Disposal Services" CrowderGulf Joint Venture,Inc. Packet Page -1235 1/12/2016 16.C.1 . IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20 , the name of each party being affixed and these presents duly signed by its undersigned representative,pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: PRINCIPAL BY: Witnesses as to Principal NAME: ITS: STAFE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 by as of a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did(did not)take an oath. My Commission Expires: (Signature) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public,State of: Commission No.: Face 18 #15-5365"Disaster Debris Management,Removal and Disposal Services" CrowderGuif Joint Venture,Inc. (1.3) Packet Page -1236- 1/12/2016 16.C.1 . ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witnesses as to Surety (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Printed Name) (Business Address) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of_ 20 ,by ,as of ,a Surety,on behalf of Surety. Fie/She is personally known to me OR has produced as identification and who did (did not)take an oath. My Commission Expires: (Signature) Name: (AFFIX OFFICIAL SEAL) (Legibly Printed) Notary Public,State of Commission No.: Page 19 #115-5365"Disaster Debris Management,Removal and Disposal Services" CrowderGulf Joint Venture,Inc. r'. Packet Page -1237- �? 1/12/2016 16.C.1 . Exhibit C - Grant Provisions (following this page) Page 20 #15-5365"Disaster Debris Management,Removal and Disposal Services" CrowderGulf Joint Venture,Inc. C) Packet Page -1238- 1/12/2016 16.0.1 . AGREEMENT 15-6365 for Disaster Debris Management,Removal and Disposal Services THIS AGREEMENT, made and entered into on this day of 2015, by and between Ceres Environmental Services, Inc., authorized to do business in the State of Florida, whose business address is 6968 Professional Parkway East, Sarasota, Florida 34240, (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. TERM AND COMMENCEMENT. The Contractor shall be for five (5) years with an additional five (5) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made on contract anniversary date, in writing, to the Procurement Services Director. Price adjustments are dependent upon budget availability and Program Manager's approval. The County shall give the Contractor written notice of the County's intention to renew the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one- hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK. The Contractor shall provide Disaster Debris Management, Removal and Disposal Services in accordance with the terms and conditions of RFP #15-6365, and the Contractor's proposal referred to herein and made an integral part of this agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3. COMPENSATION. The County shall pay the Contractor for the performance of this Agreement upon completion or partial completion of the work tasks, including if applicable, the aggregate of units actually ordered and furnished at the prices pursuant Page 1 #i15-5365"Disaster Debris Management,Removal and Disposal Services" Ceres Environmental Services,Inc. Packet Page -1239- 1/12/2016 16.C.1 . to the Rate Schedule attached hereto as Exhibit "A," as accepted and approved by the County Project Manager or his designee. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218 Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 3.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes,Certificate of Exemption# 85-8015966531C-2. 5. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: Ceres Environmental Services, Inc. 6968 Professional Services Parkway East Sarasota,Florida 34240 Attention: David A. Preus,Sr. Vice President Telephone: 800-218-4424 / Facsimile: 866-228-5636 Email: d avid preus©ceresenv.com All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Procurement Services Division 3327 Tamiami Trail, East Naples, Florida 34112 Attention:Joanne Markiewicz, Director, Procurement Services Division Telephone: 239-252-8407 / Facsimile: 239-252-6480 Email: joann.emarkiewicz@colliergov.net Paee 2 #15-5365"Disaster Debris Management,Removal and Disposal Services" Ceres Environmental Services,Inc. Packet Page -1240- 1/12/2016 16.C.1 . The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 6. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 7. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 8. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 9. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said agreement for cause; further the County may terminate this Page 3 #15-5365"Disaster Debris Management,Removal and Disposal Services" Ceres Environmental Services,Inc. 7-, Packet Page -1241- 1/12/2016 16.C.1 . Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Contract Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including,but not limited to, any damages or any anticipated profit on portions of the services not performed. 10. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex,color,creed or national origin. 11. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $5,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $2,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. D. Pollution Insurance: is required for the Contractor. The Contract shall maintain Each Occurrence$2,000,000.00 Per Occurrence and: 1. Pollution and Remediation Liability Insurance including the cost of defense during the term of this Agreement and for a period of five (5) years following the completion of the Project as outlined in this Agreement. Such coverage shall apply specifically to the contracting services / scope of work as outlined in this Agreement and shall include, but not be limited to Pollution Legal Liability (legal liability arising out of the discharge, dispersal, release, seepage, migration or escape of smoke, vapors, soot, Page 4 #15-5365"Disaster Debris Management,Removal and Disposal Services" Ceres Environmental Services,Inc. Vic) Packet Page -1242- 1/12/2016 16.C.1 . fumes, acids, alkalis, toxic chemicals, liquids or gasses,hazardous materials, waste materials or other irritants, contaminates or pollutants into or upon land, the atmosphere or any watercourse or body of water including ground water at under or emanating from the project). 2. Remediation Legal Liability / Expense (expenses incurred for or in connection to the investigation, monitoring, removal, disposal, treatment or neutralization of a condition arising from the discharge, dispersal, release, seepage, migration or escape of smoke, vapors, soot, fumes, acids, alkalis, toxic chemicals, liquids or gasses, hazardous materials, waste materials or other irritants, contaminates or pollutants into or upon land, the atmosphere or any watercourse or body of water including ground water at under or emanating from the project, as well as the cost to repair or replace real, or personal property damaged during the course of Remediation Expense in order to restore the property to the condition it was in prior to the Remediation Expense to the extent required by Federal, State, Local or Provincial laws, regulations or statutes or any subsequent amendments thereof). 3. Transportation Legal Liability/Expense - Pollution Legal Liability or Remediation Legal Liability/Expense arising out of the movement by the Contract of product or waste of the Owner to its final delivery point specified under this Agreement. E. Other Insurance Requirements:Watercraft- $2,000,000.00 Per Occurrence; Maritime Coverage (Jones Act)- $ 2,000,000.00 Per Occurrence; United States Longshoreman's and Harborworker's Act - $ 2,000,000.00 Per Occurrence; coverage shall be maintained where applicable to the completion of the work. F. Performance and Payment Bonds [Exhibit 81: May be required for projects in excess of$200,000, bonds shall be submitted by Contractor and written for 100% of the Contract award amount, the cost borne by the Contractor. The Performance and Payment Bonds (Exhibit B) shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. Page 5 #15-5365"Disaster Debris Management,Removal and Disposal Services" Ceres Environmental Services,Inc. %l Packet Page -1243- 1/12/2016 16.C.1 . Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: ten (10) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. 12. INDEMNIFICATION. To the maximum extent permitted by Florida law, Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 12.1 The duty to defend under this Article 12 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 12 will survive the expiration or earlier termination Page 6 #15-5365"Disaster Debris Management,Removal and Disposal Services" Ceres Environmental Services,Inc. Packet Page -1244- 1/12/2016 16.C.1 . of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Solid Waste Division. 14. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 15. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the following component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), Exhibit "A" Rate Schedule, Exhibit "B" Performance and Payment Bonds, RFP #15-6365 "Disaster Debris Removal Management, Removal and Disposal Services" Scope of Services, Addendum and Exhibit"C" Granting Agency Provisions. 16. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this agreement is subject to appropriation by the Board of County Commissioners. 17. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 18. COMPLIANCE WITH LAWS. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Page 7 #15-5365"Disaster Debris Management,Removal and Disposal Services" Ceres Environmental Services,Inc. C''90 Packet Page -1245- 1/12/2016 16.C.1 . Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes), and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(d) and (3) stated as follows: (2) In addition to other contract requirements provided by law, each public agency contract for services must include a provision that requires the contractor to comply with public records laws,specifically to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. (b) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. (3) If a contractor does not comply with a public records request, the public agency shall enforce the contract provisions in accordance with the contract. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. Page 8 #15-5365"Disaster Debris Management,Removal and Disposal Services" Ceres Environmental Services,Inc. Packet Page -1246- 1/12/2016 16.C.1 . 19. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 20. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 21. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this contract in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 22. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision- making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 23. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 24. KEY PERSONNEL/PROTECT STAFFING. The Contractor's personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the contract. The Contractor shall assign as many people as necessary to complete the services on a timely basis, and each person assigned Page 9 #15-5365"Disaster Debris Management,Removal and Disposal Services" Ceres Environmental Services,Inc. r1 '9 Packet Page -1247- 1/12/2016 16.C.1 . shall be available for an amount of time adequate to meet dates set forth in the Project Schedule. The Contractor shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and/or experience. (2) that the County is notified in writing as far in advance as possible. The Contractor shall make commercially reasonable efforts to notify Collier County within seven(7) days of the change. The County retains final approval of proposed replacement personnel. 25. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. 26. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. Page 10 tt15.5365"Disaster Debris Management,Removal and Disposal Services" _ Ceres Environmental Services,Inc. Packet Page -1248- 1/12/2016 16.C.1 . IN WITNESS WHEREOF, the parties hereto, have each, respectively,by an authorized person or agent,have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS A'Fi"bST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts By: By: Tim Nance, Chairman Dated: (SEAL) Ceres Environmental Services, Inc. Contractor By: First Witness Signature TType/print witness nameT TType/print signature and titlet Second Witness TType/print witness nameT Approved as to Form and Legality: Assistant County Attorney Print Name Page 11 #15-5365"Disaster Debris Management,Removal and Disposal Services" L; 4 Ceres Environmental Services,Inc. */) Packet Page -1249- 1/12/2016 16.C.1 . Exhibit A-Rate Schedule (following this page) Page 12 #15-5365-Disaster Debris Management,Removal and Disposal Services" Ceres Environmental Services,Inc. 410 Packet Page -1250- 1/12/2016 16.C.1 . Collier County . RFP 15-6365,Disaster Debris Management,Removal Disposal Services f Description Unit Project Manager Hourly $ 75.00 Superintendent with Cell/Truck Hourly $ 69.00 Foreman with Cell/Truck Hourly $ 55.00 Supervisor with Cell/Truck Hourly $ 61.00 Inspector with Check/Vehicle Hourly $ 64.00 Health/Safety or QC Manager with Truck Hourly $ 72.00 Safety Superintendent Hourly $ 62.00 Mechanic with Truck &Tools Hourly $ 49.00 Climber with Gear Hourly $ 55.00 Labor/Operator with Chainsaw/Tools Hourly $ 42.00 Laborer with Tools Hourly $ 39.00 Traffic Control Personnel Hourly $ 39.00 Ticket Writers Hourly $ 32.00 Survey Personnel with Vehicle Hourly $ 30.00 Project Engineer Hourly $ 75.00 Equipment Operator Hourly $ 46.00 Truck Driver Hourly $ 43.00 Security Person (UNARMED) Hourly $ 38.50 Security Person (ARMED) _Hourly $ 56.00 Ceres Environmental Services,Inc. Pagel el Packet Page -1251- 1/12/2016 16.C.1 . Collier County • RFP 15-6365, Disaster Debris Management, Removal Disposal Services Administrative Assistant 'Hourly ' $ 34.00 Clerical Hourly $ 34.00 0-15.9 Miles Veg from Right of Way(ROW)to Debris Management Site(DMS)Vegetative collect and removal for a haul distance up to 15.9 miles. CY $ 7.42 16-30.9 Miles Veg from Right of Way(ROW)to Debris Management Site(DMS) Vegetative collect and removal fora CY $ 8.28 Management Site(DMS)Vegetative collect and removal for a haul distance between 31 and 60.9 miles. CY $ 9.24 Site(DMS) Vegetative collect and removal for haul distance greater than 61 miles. Note:Price not designated far direct haul ICY $ 10.24 Grinding Grinding/chipping vegetative debris. CY $ 1.99 Air Curtain Burning Air Curtain Burning vegetative debris. CY $ 1.34 Open Burning Open Burning vegetative debris. CY $ 0.84 Compacting Compacting vegetative debris. .CY $ 1.24 Debris Management and Site Management Preparation, management, and segregating at debris management site. CY $ 1.82 $ - Ceres Environmental Services,Inc. Page 2 Packet Page -1252- 1/12/2016 16.C.1 . Collier County RFP 15-6365, Disaster Debris Management,Removal Disposal Services 0-15.9 Miles C&D from ROW to DMS C&D collect and removal for a haul distance up to 15.9 miles. CY $ 7.70 16-30.9 Miles C&D from ROW to DMS C&D collect and removal for a haul distance between 16 and 30.9 miles. CY $ 8.56 31-60.9 Miles C&D from ROW to DM5 C&D collect and removal for a haul distance between 31 and 60.9 miles. CY $ 9.52 haul distance greater than 61 miles. Note:Price not designated for direct haul of C&D debris to final disposal and limited to DMS locations within the County. CY $ 10.52 0-15.9 Mlles Veg from Private Property to Debris Management Site(DMS) Vegetative private property debris collect and removal for a haul distance up to 15.9 miles. Only activated if authorized by FEMA. CY $ 10.87 16-30.9 Miles Veg from Private Property to Debris Management ' Site(DMS) Vegetative private property debris collect and removal for a haul distance between 16 and 30.9 miles. Only activated if authorized by FEMA. CY $ 11.73 31-60.9 Miles Veg from Private Property to Debris Management Site(DMS) Vegetative private property debris collect and removal for a haul distance between 31 and 60.9 miles, Only activated if authorized by FEMA. CY $ 12.69 (DM5) Vegetative private property debris collect and removal for a haul distance greater than 61 miles. Only activated if authorized by FEMA. Note:Price not designated for direct haul of vegetative debris to final disposal and limited to DM5 CY $ 13.69 0-15.9 Miles C&D from Private Property to Debris Management Site(DMS)C&D private property debris collect and removal for a haul distance up to 15.9 miles. Only activated if authorized by FEMA. CY $ 11,45 16-30.9 Miles C&D from Private Property to Debris Management Site (DMS)C&D private property debris collect and removal for a haul distance between 16 and 30.9 miles. Only activated if authorized by FEMA. CY $ 12.31 31-60.9 Miles C&D from Private Property to Debris Management Site (DMS)C&D private property debris collect and removal for haul distance between 31 and 60.9 miles. Only activated if authorized by FEMA. CY $ 13.27 Ceres Environmental Services,Inc. Page 3 Packet Page -1253- 1/12/2016 16.C.1 . Collier County RFP 15-6365, Disaster Debris Management, Removal Disposal Services 61+Miles C&D from Private Property to Debris Management Site(DMS)C&D private property debris collect and removal for a haul distance greater than 61 miles. Only activated if authorized by FEMA. Note:Price not designated for direct haul of vegetative debris to final disposal and limited to DMS locations within the County. CY $ 14.27 _ $ 0-15.9 Miles from DMS to Final Disposal Transport processed debris from DMS to final disposal 0-15 miles. CY $ 3.88 16-30.9 Miles from DMS to Final Disposal Transport processed debris from DMS to final disposal 16-30 miles. CY $ 4.48 31-60.9 Miles from DMS to Final Disposal Transport processed debris from DMS to final disposal 31-60 miles. CY $ 5.28 From DMS to Final Disposal at Okeechobee Landfill Transport processed debris from DMS to Okeechobee Landfill approximately 144 miles. CY $ 11.82 From DMS to Final Disposal at Pompano Beach Central Landfill Transport processed debris from DMS to Pompano Beach Central Landfill approximately 110 miles. CY $ 10.67 From DMS to Final Disposal at Medley Landfill Transport processed debris from DMS to Medley Landfill approximately 110 miles. CY $ 10.67 From DMS to Final Disposal at Okeelanta Processing Plant Transport processed debris from DMS to Okeelanta Processing Plant approximately 120 miles. CY $ 10.75 0-15.9 Miles from DMS to Final Disposal Transport processed debris from DM5 to final disposal 0-15 miles. CY $ 4.90 16-30,9 Miles from DMS to Final Disposal Transport processed debris from DMS to final disposal 16-30 miles. CY $ 6.10 31-60.9 Miles from DMS to Final Disposal Transport processed debris from DM5 to final disposal 31-60 miles. CY $ 8.27 From DM5 to Final Disposal at Okeechobee Landfill Transport processed debris from DMS to Okeechobee Landfill approximately 144 miles. CY $ 14.56 From DM5 to Final Disposal at Pompano Beach Central Landfill Transport processed debris from DMS to Pompano Beach Central Landfill approximately.110 miles. CY $ 12.10 From DM5 to Final Disposal at Medley Landfill Transport processed debris from DM5 to Medley Landfill approximately 110 miles. CY $ 12.10 From DM5 to Final Disposal at Okeelanta Processing Plant Transport processed debris from DMS to Okeelanta Processing Plant approximately 120 miles. CY $ 12.23 • Ceres Environmental Services,Inc. Page 4 Packet Page -1254- 1/12/2016 16.C.1. Collier County RFP 15-6365, Disaster Debris Management,Removal Disposal Services Hazardous Trees 6"-12" Hazardous tree removal for a 6-12 inch trunk diameter.Note:Resulting vegetative debris placed at ROW and hauled in accordance with Vegeative Collect and Haul line item pricing. Tree $ 81.00 Hazardous Trees 13"-24" Hazardous tree removal for a 13-24 inch trunk diameter.Note:Resulting vegetative debris placed at ROW and hauled in accordance with Vegeative Collect and Haul line item pricing. Tree $ 132.00 Hazardous Trees 25"-36" Hazardous tree removal for a 25-36 Tree $ 190.00 Hazardous Trees 37"-48" Hazardous tree removal for a 37-48 inch trunk diameter.Note:Resulting vegetative debris placed at ROW and hauled in accordance with Vegeative Collect and Haul line item pricing. Tree $ 235.00 Hazardous Trees 49"+Hazardous tree removal for a 49+inch trunk diameter. Note:Resulting vegetative debris placed at ROW and hauled in accordance with Vegeative Collect and Haul line item pricing. Tree $ 315.00 Tress with Hazardous Limbs>2" Hazardous hanging limb removal. Note:Resulting vegetative debris placed at ROW and hauled in accordance with Vegeative Collect and Haul line item pricing. Tree $ 81.00 Hazardous Stump>24"-36"Hazardous stump removal for 24-36 Stump $ 148.00 Hazardous Stump>37"-48"Hazardous stump removal 37"-48" inch stump diameter. Stump $ 198.00 Hazardous Stumps>49"+ Hazardous stump removal 49+inch stump diameter. Stump $ 258,00 Stump Fill Dirt Fill dirt for stump holes after removal. CY $ 23.95 Stumps placed at ROW by residents that are 24"or greater Hauled utilizing the Stump Conversion Chart provided for in FEMA DAP 9523.11 Hazardous Stump Extraction and Removal Eligibility. CY $ 19.45 $ - Waterway Debris Removal Debris Removal from canals, rivers, creeks,streams, and ditches. CY $ 42.35 Sand Collection and Screening Pick up,screen, and return debris laden sand/mud/dirt/rock. Note:The sand staging site shall be within 10 miles of the sand origination point. Clean sand shall be stockpiled back on the beach as directed by the County.At the County's direction, Ceres shall grade clean sand to upper beach profile for$2.90 per cubic yard. CY $ 17.28 Vehicle Removal Removal of eligible vehicle. Note:This does not include the construction and management of a vehicle/vessel aggregate site. Unit $ 218.00 Vessel Removal(Land) Removal of eligible vessel. Note:This does not include the construction and management of a vehicle/vessel aggregate site. LF $ 61.75 Ceres Environmental Services,Inc. Page 5 Packet Page -1255- 1/12/2016 16.C.1 . Collier County RFP 15-6365,Disaster Debris Management, Removal Disposal Services Vessel Removal(Marine)Removal of eligible vessel from waterway. Note:This does not include the construction and management of a vehicle/vessel aggregate site. LF $ 96.50 Carcass Removal Removal of debris that will decompose (animals and organic fleshy matter). Pound $ 1.18 ROW White Goods Removal Pick up and haul of white goods to disposal site. Unit $ 46,00 Freon Management Freon management and recycling. _Unit $ 31.00 Demolition of Private Structure.Note:The price is inclusive of non-RACM demolition. Resulting debris shall be placed at ROW for collection and disposal in accordance with C&D Collect and Haul line item prices. CY $ 17.65 Electronic Waste Removal of electronic debris that contain hazardous materials.Such as cathode ray tubes. Includes computers monitors and televisions. Unit $ 34.00 Silt Removal.Note:The price is for silt hauling up to 15.9 miles. $ 9.32 Putrescent Removal Removal of debris that will decompose or rot(animals and organic fleshy matter). Pound S 4.68 Biowaste Removal of waste capable of causing infection to humans(animal waste, human blood,pathological waste). Pound $ 12.90 Household Hazardous Waste (HHW)HHW removal and disposal. Pound $ 4.68 $ - Beach/Lake Restorations Berm/Beach Construction CY $ 20.18 Canal Shoreline Restoration LF $ 18.25 $ - Debris Management Site Debris Monitors Hour $ 32.50 Debris Collection Site Debris Monitors(Field Monitors) Hour $ 31.00 Sr.Technician/Field Supervisor Hour $ 52.00 Clerical Staff Hour $ 32.00 Clerical Supervisor Hour $ 41.00 $ - $ - Equipment $ - JD 544 Wheel Loader with Debris Grapple Hourly $ 130.63 JD 644 Wheel Loader with Debris Grapple Hourly $ 149.51 Extendaboom Forklift with Debris Grapple Hourly $ 80.70 Skid Steer, 1,000ib capacity Hourly $ 76.37 Skid Steer, 2,000lb capacity Hourly $ 82.14 753 Bobcat Skid Steer Loader with Debris Grapple Hourly $ 82.14 753 Bobcat Skid Steer Loader with Bucket Hourly $ 78.89 753 Bobcat Skid Steer Loader with Street Sweeper Hourly $ 86,46 30-50HP Farm Tractor with Box Blade or Rake Hourly $ 100.87 CAT D3 Dozer Hourly $ 162.78 CAT D4 Dozer Hourly $ 168.01 Ceres Environmental Services, Inc. Page 6 . 0 Packet Page -1256- 1/12/2016 16.C.1. Collier County RFP 15-6365,Disaster Debris Management, Removal Disposal Services CAT D5 Dozer Hourly $ 171.74 CAT D6 Dozer Hourly $ 177.34 CAT D7 Dozer Hourly $ 194.14 CAT D8 Dozer Hourly $ 216.54 Rubber Tired Excavator with Debris Grapple Hourly $ 194.14 JD 310 Rubber Tired Excavator with Debris Grapple Hourly $ 132.05 210 Prentice Knuckleboom with Debris Grapple Hourly $ 161.39 CAT 623 Self Loader Scraper Hourly $ 183.40 Hand Fed Debris Chipper Hourly $ 102.70 300-400 HP Grinder Hourly $ 369.09 800-1000 HP Grinder Hourly $ 462.50 15-Ton Crane Hourly $ 146.72 30-Ton Crane Hourly $ 212.74 50-Ton Crane Hourly $ 300.78 100-Ton Crane Hourly $ 425.49 40'-60' Bucket Truck Hourly $ 198.07 60' or Greater Bucket Truck Hourly $ 227.42 Crash Truck Hourly $ 96.84 Fuel/Service Truck Hourly $ 98.30 Water Truck 2000 Galion Hourly $ 102.70 Vacuum Truck Hourly $ 227.42 Portable Light Plant Hourly $ 32.81 Scissor Lift,Telescoping Hourly $ 22.01 Lowboy Trailer with Tractor Hourly $ 102.70 Flatbed Truck Hourly $ 84.36 Pick Up Truck(Unmanned) Hourly $ 17.61 Self Loading Dump Truck with Debris Grapple Hourly $ 190.74 Single Axle Dump Truck 5-12CYs Hourly $ 82.53 Tandem Axle Dump Truck 16-20CYs Hourly $ 84.80 Tandem Axle Dump Truck 21-30CYs Hourly $ 88.03 Tandem Axle Dump Truck 31-50CYs Hourly $ 89.87 Tandem Axle Dump Truck 51-80CYs Hourly $ 92.43 Tandem Axle Dump Truck/Tractor Trailer Over 80CYs Hourly $ 94.63 Power Screen Hourly $ 124.71 Stacking Conveyor Hourly $ 26.41 Chainsaw Hourly $ 2.44 Air Curatin Incinerator,Self-Contained Hourly $ 150.65 Temporary Office Trailer Hourly $ 18.00 Response Trailer 20' Hourly $ 61.88 Response Trailer 36' Hourly $ 82.50 Mobile Command Center Hourly $ 103.13 $ - Annual training Day $ 1,200.00 Debris Management Plan Review One-time Fee $ 2,800.00 Ceres Environmental Services, Inc. Page 7 gp Packet Page -1257- 1/12/2016 16.C.1 . Exhibit B- Performance &Payment Bonds (following this page) Page 13 #15-5365"Disaster Debris Management,Removal and Disposal Services" Ceres Environmental Services,Inc. Packet Page-1258- 1/12/2016 16.C.1 . EXHIBIT B 1: PUBLIC PAYMENT BOND Disaster Debris Management,Removal and Disposal Services Bond No. Contract No.15-6365 KNOW ALL MEN BY THESE PRESENTS: That as Principal, and , as Surety, located at (Business Address) are held and firmly bound to as Obligee in the sum of ($ ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns,jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 20 ,with Obligee for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof,and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor,materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond,regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this _ day of 20 , the name of each party being affixed and these presents duly signed by its under-signed representative, pursuant to authority of its governing body. Page 14 #15-5365"Disaster Debris Management,Removal and Disposal Services" Ceres Environmental Services,Inc. Packet Page -1259- 1/12/2016 16.C.1 . Signed,sealed and delivered in the presence of: PRINCIPAL BY: Witnesses as to Principal NAME: ITS: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20_, by as of , a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) NAME: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public,State of Commission No.: ATTEST: SURETY: (Printed Name) (Business Address (Authorized Signature) Witnesses to Surety (Printed Name) Page 15 #15-5365"Disaster Debris Management,Removal and Disposal Services" Ceres Environmental Services,Inc. Packet Page -1260- 1/12/2016 16.C.1 . OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Printed Name) (Business Address) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by , as of Surety, on behalf of Surety. He/She is personally known to me OR has produced as identification and who did(did not) take an oath. My Commission Expires: (Signature) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public,State of: Commission No.: Page 16 #15-5365'Disaster Debris Management,Removal and Disposal Services" Ceres Environmental Services,Inc. Packet Page -1261- 1/12/2016 16.C.1 . EXHIBIT B 2: PUBLIC PERFORMANCE BOND Disaster Debris Management,Removal and Disposal Services Bond No. Contract No.15-6365 KNOW ALL MEN BY THESE PRESENTS: That as Principal, and as Surety, located at (Business Address) are held and firmly bound to as Obligee in the sum of ($ ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives,successors and assigns,jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 20 with Obligee for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract;and 2. Pays Obligee any and all losses, damages,costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages,whether liquidated or actual,incurred by Obligee;and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, for value received,hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes,extensions of time,alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes,shall not apply to this bond. Page 17 #15-5365"Disaster Debris Management,Removal and Disposal Services" Ceres Environmental Services,Inc. Packet Page -1262- 1/12/2016 16.C.1 . In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20 , the name of each party being affixed and these presents duly signed by its undersigned representative,pursuant to authority of its governing body. Signed,sealed and delivered in the presence of: PRINCIPAL BY: Witnesses as to Principal NAME: ITS: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by as of a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did(did not) take an oath. My Commission Expires: (Signature) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public,State of: Commission No.: ATTEST: SURETY: (Printed Name) Page 18 #15-5365"Disaster Debris Management,Removal and Disposal Services" Ceres Environmental Services,Inc Packet Page-1263- 1/12/2016 16.C.1 . (Business Address) (Authorized Signature) Witnesses as to Surety (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Printed Name) (Business Address) (Telephone Number) STAFF,OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 ,by ,as of ,a Surety,on behalf of Surety. lie/She is personally known to me OR has produced as identification and who did (did not)take an oath. My Commission Expires: (Signature) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public,State of: Commission No.: Page 19 #15-5365"Disaster Debris Management,Removal and Disposal Services" Ceres Environmental Services,Inc. Packet Page -1264- 1/12/2016 16.C.1 . Exhibit C- Grant Provisions (following this page) Page 20 #15-5365"Disaster Debris Management,Removal and Disposal Services" Ceres Environmental Services,Inc. Packet Page -1265-